Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
MODIFICATION

S -- Cambodia Operations Support Contract (COSC)

Notice Date
9/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, United States
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-13-R-3500
 
Archive Date
11/15/2013
 
Point of Contact
Ernest D Burnett, Phone: (808) 474-6314, Eric H. Oshita, Phone: (808) 474-2490
 
E-Mail Address
ernest.burnett@navy.mil, eric.oshita@navy.mil
(ernest.burnett@navy.mil, eric.oshita@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation is for a Cambodia Operations Support Contract (COSC) for the Naval Mobile Construction Battalion (NMCB) unit within various locations in Cambodia. The solicitation will be advertised on an unrestricted basis inviting full and open competition. The North American industry Classification System (NAICS) Code for this procurement is 561210 and the annual size standard is $35,500,000. The Government intends to award a Cost-Plus-Incentive-Fee contract. The anticipated operations services to be performed include, but are not limited to, Management and Administration, Command and Staff, Supply and Material Management Services, Housing, Facilities Support, Base Support Vehicles and Equipment, and Environmental. This contract will replace a 12-month Cost-Plus-Award-Fee task order for similar services awarded to IAP-ECC, LLC of Cape Canaveral, Florida on 27 February 2013 with an estimated cost of $1,344,055. The contract period of performance is anticipated to consist of a twelve-month base period (to include a one-month mobilization/phase-in period), three (3) 12-month option periods, one (1) 10-month option period and a two-month demobilization/phase-out period. The Government will not issue a synopsis when exercising the option(s). Offerors can view and/or download the solicitation, and any attachments, at http://fbo.gov/ when it becomes available. All responsible sources may submit a proposal in response to the solicitation, which shall be considered. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a cost proposal for evaluation by the Government. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, cost and non-cost/price factors considered. The Offeror's Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The anticipated technical evaluation factors are as follows: (1) Past Performance; (2) Technical Approach/Methods; (3) Staffing and Resources; and (4) Occupational Safety. The Government intends to award the contract without discussions in accordance with FAR 52.215-1. However, the Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be issued on or about 15 days from the date of this notice. The Request for Proposal (RFP) will be posted on the Federal Business Opportunities website at http://fbo.gov/ on or about 12 September 2013. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. Once the RFP has been posted, all technical/contractual questions must be submitted in writing to: NFPACQ23-Box1@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Previously, offerors were required to register in the Central Contractor Registration (CCR) database and have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov/. If the offeror previously had an active CCR/ORCA account the offerors information has automatically been incorporated into the SAM database. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an offeror ineligible for award of DoD contracts. A pre-proposal conference/site visit is projected to occur during the week of 7 October 2013 in Cambodia. The exact dates and location of the pre-proposal conference/site visit will be provided in the RFP. Parties interested in attending the pre-proposal conference/site visit MUST PRE-REGISTER by submitting a request via email to NFPACQ23-Box1@navy.mil no later than 4:00 p.m. Hawaii Standard Time (HST) on 13 September 2013. Due to logistical considerations, a maximum of two (2) representatives will be allowed per firm. Attendees are responsible for their own travel arrangements. Failure to submit all required information by 13 September 2013, at 4:00 p.m. HST will preclude a firm's eligibility to participate in the pre-proposal conference and site visit. Each pre-proposal conference/site-visit request must include the following information: full name of attendee(s), name of firm represented by attendee(s) and, position/title, telephone number and e-mail address of attendee(s). Request needs to note if the representative will be attending the pre-proposal conference, site visit or both. The Government may request additional information for site visit attendees if required, which will be requested prior to pre-proposal conference/site-visit. Additional information will be provided to the registered conference/site visit attendees. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N62742-13-R-3500/listing.html)
 
Place of Performance
Address: NAVFAC Pacific, Services Contracts Division (ACQ23), 258 MAKALAPA DR., STE 100, Pearl Harbor, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN03181144-W 20130912/130910234829-9201b0783b908d3c0071f93055569a17 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.