SOURCES SOUGHT
Z -- Base Operations Support (BOS) Services Contract at U.S. Naval Support Activity Souda Bay, Crete Greece
- Notice Date
- 2/5/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247015R4016
- Response Due
- 3/7/2016
- Archive Date
- 12/31/2017
- Point of Contact
- Olga Dynov olga.dynov@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. The Naval Facilities Engineering Command Atlantic is performing this market research to aid in the development of its acquisition approach. The Naval Facilities Engineering Command Atlantic is seeking to identify companies with the capacity, experience and interest in competing for a Base Operations Support (BOS) Services Contract at Naval Support Activity Souda Bay, Crete Greece. The work includes, but is not limited to, providing all management, supervision, labor, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the following services: Harbor Security/Port Operation Maintenance and Support Services Supply Services; Galley Operations; Family Housing (Furnishings, Appliances and Equipment Program Operation); Unaccompanied Housing, Facility Investment; Service Orders, HVAC maintenance, emergency generator maintenance and automatic transfer systems; fire protection and fire alarm systems; swimming pool maintenance; vertical transportation equipment; Custodial; Pest Control; Integrated Solid Waste Management; Grounds Maintenance and Landscaping; Electrical (Electrical Distribution System and Stand-by Emergency Power Generators); Wastewater; and Base Support Vehicle Equipment. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract which will include both recurring and non-recurring requirements is anticipated. This is a sources sought notice to identify companies that possess the capacity, experience, and interest in competing for a Base Operation Support (BOS) Services Contract at Naval Support Activity Souda Bay, Crete Greece. Respondents will not be notified of the results of the evaluation. The North American Industry Classification Standard (NAICS) code for this procurement is 561210, Facility Support Services. The contract term will be for a base period with a potential of seven, one-year option periods, which cumulatively will not exceed ninety-six (96) months. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, interested parties are invited to respond to this sources sought by submitting a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm ™s qualifications to perform the defined work. Please note that your submittal shall not exceed five (5) pages. PAGES IN EXCESS OF THE FIVE (5) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 07 March 2016 to the Contract Specialist, Olga Dynov via email at olga.dynov@navy.mil or Vivienne Moore via email at vivienne.moore@navy.mil. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (6) CAGE Code. B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer ™s Name, Telephone Number and/or email address: (4) Contracting Officer ™s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as price or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. C. PHASE-IN. The Government is contemplating a minimum phase-in time of sixty (60) days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? D. ADDITIONAL INFORMATION, if any, that the responders believe to be relevant to this requirement. Questions or comments regarding this notice may be addressed in writing to Olga Dynov via email at olga.dynov@navy.mil or Vivienne Moore via email at vivienne.moore@navy.mil. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR ™S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R4016/listing.html)
- Record
- SN04012370-W 20160207/160205234734-5ca42e6da1841d7d7e70cc4e70b4d937 (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 |