Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

S -- Base Operations Support (BOS) Services, U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory

Notice Date
4/21/2016
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFAC PACIFIC - N62742
 
ZIP Code
62742
 
Solicitation Number
N6274216R3600
 
Response Due
8/16/2016
 
Archive Date
12/31/2017
 
Point of Contact
Scott Saito (808) 474-5404 Jody Yamamoto
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This procurement is for Base Operating Services (BOS) at Diego Garcia, British Indian Ocean Territory (B.I.O.T), for the Commander, Navy Support Facility, Diego Garcia (NSF DG) in support of its mission as a forward, logistic support base in the B.I.O.T. Pursuant to the agreement executed in 1966 between the government of U.S. and the U.K., with subsequent modifications in 1976 and exchange notes in 1987, the Government will issue this solicitation with full and open competition amongst United States/United Kingdom joint venture firms. United States participation must be at least sixty percent (60) and United Kingdom firm participation must be at least twenty percent (20). United Kingdom firms must be certified as acceptable by the Commissioner, B.I.O.T., and will be required to provide a copy of their certification or proof of obtaining a certification with submission of their proposals. If no qualified joint venture firms submit a reasonable offer, it will be opened to United States firms. The North American Industry Classification System (NAICS) Code is 561210 and the annual size standard is $38.5 million. The Government intends to award an Indefinite Delivery, Indefinite Quantity Award Fee (IDIQ-AF) type contract with recurring and non-recurring work. The term recurring work refers to the firm fixed price (FFP) portion of the contract, while non-recurring work refers to the IDIQ portion of the contract. The anticipated BOS services to be performed include, but are not limited to, General Management and Administrative Services; Command and Staff (Information Technology Services, Information Technology Support and Management, Telephone Services, Telecommunication Services, Antenna Maintenance); Public Safety (Fire Protection and Emergency Services); Air Operations (Ground Electronics, Airfield Facilities, Passenger Terminal and Cargo Handling); Port Operations; Supply (Material Management, HAZMAT Control and Management (HMCM) Services, POL Management and Operations, Ship s Store Service Activities); Morale, Welfare and Recreation Support; Galley; Housing (Unaccompanied Housing, Navy Gateway Inns and Suites); Facilities Support (Facility Management, Facility Investment SRM, Custodial, Pest Control, Integrated Solid Waste Management, Grounds Maintenance, Pavement Clearance); Utilities (Electrical, Compressed Gases, Wastewater, Steam, Hot Water, Demineralized Water, Potable Water); Base Support Vehicles and Equipment; and Environmental. The contract period of performance is anticipated to consist of a mobilization and demobilization period, the base period and all option periods. The mobilization period will be for three (3) months commencing on the date of contract award. Immediately following will be the base period for nine (9) months. The six (6) option periods will be for twelve (12) months each. Option period seven (7) will be for nine (9) months and the demobilization period will be for the last three (3) months. The contract will include the Option to Extend the Term of the Contract Services clause whereby options may be exercised in subsequent years for a total period not to exceed 96 months. The contract will include FAR clause 52.217-8 Option to Extend Services. The Government will not issue a synopsis when exercising the option(s). This is a best value source selection procurement requiring both non-cost/price and price proposals. Award of a contract shall be made to the responsible Offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-cost/price factors considered. The anticipated non-cost/price evaluation factors are as follows: (A) Past Performance; (B) Corporate Experience; (C) Safety; (D) Management; and (E) Technical Approach/Methods. The Government intends to award a contract without conducting discussions; therefore, the Offeror s initial proposal shall contain its best terms from a price and non-cost/price standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The issuance date for the Request for Proposal (RFP) is on or about 15 days from the date of this notice. Proposals received from all responsible sources shall be considered. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil and can be downloaded free of charge. The RFP is available in electronic format only. All prospective Offerors are encouraged to register for the solicitation when downloading from NECO. Amendments and Notices will be posted on NECO for downloading. This will be the normal method of distributing amendments, therefore, it is the OFFEROR S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITAITON. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge form the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: NFPACQ21-DGBOS@navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management. 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 will be held on May 24, 2016 in Hawaii at the Ford Island Conference Center, Building 89. There is no limit on the number of attendees per company. Registration for the conference will begin at 8:00 a.m. and the conference will commence at 9:00 a.m. Please check the websites at www.neco.navy.mil or www.fbo.gov for any updates to the conference. Parties interested in attending the pre-proposal conference shall submit the following: company name, business size, point of contact, name of individuals with title, phone numbers, fax numbers, and e-mail addresses. All required information shall be sent via email to NFPACQ21-DGBOS@navy.mil by May 17, 2016, 2:00 p.m. HST. A one-time site-visit on Diego Garcia (DG) is tentatively scheduled for June 14 - 15, 2016. The final site visit dates will be provided in the RFP or by amendment. Due to the unique logistical constraints posed by the location of DG, each firm will be allowed only one attendee on the site visit. If additional billeting/flight seats are available, a maximum of two attendees will be allowed, on a first-come, first-serve basis. Each firm may submit additional names as alternates in a prioritized list. Each site-visit request must include the following information: full name, gender, citizenship, nationality, name of firm representing, position/title, social security number, complete company address and e-mail addresses. All personnel attending the site-visit shall complete the following mandatory pre-travel requirements and submit certificates of completion for (1) and (2), confirm that they have read the AOR Travel Information for (3), and complete the form at (4) by May 20, 2016, 2:00 p.m. HST. Site visit requests shall include the following information and be submitted in one email message to NFPACQ21-DGBOS@navy.mil: (1) Antiterrorism Level 1 Training (https://www.fcg.pentagon.mil/static/Level_1_AT_Awareness_Training.pdf) (2) Survival, Evasion, Resistance, and Escape (SERE) 100 Level 1Training (Civilian ONLY) (https://jkodirect.jten.mil) 1. CAC users: a. Log on via CAC. This will automatically create your account 2. Non CAC but have.MIL/.GOV Email Address: a. Select the I do have a.MIL/.GOV email address link b. Fill out the form to include if you have a CAC or not and justification for your non-CAC account. c. Email the form to jkohelpdesk@jten.mil from your.mil/.gov email address. Once the request is received, your account will be created and your user information will be emailed to you. 3. Non CAC, and do not have a.MIL/.GOV Email Address: a. Select the I do not have a.MIL/.GOV email address link b. Fill out the form c. Forward your request to your official Government or Military Point of Contact (POC) DG BOS Team. Email address is: NFPACQ21-DGBOS@navy.mil d. Your POC needs to fill out part 2 of the registration form and forward your request to jkohelpdesk@jten.mil from his/her.mil or.gov email address. *Account requests sent from commercial email addresses will be returned. Once the account information has been received by the JKO Help Desk, the account will be created and the account holder s user information will be emailed to him/her. (3) Read Area Of Operations (AOR) International Travel Information for all countries that you will visit/land in en-route to Diego Garcia (for example, but not limited to: Japan and Singapore) (http://travel.state.gov//content/travel/en.html ). Provide confirmation of completion via email at NFPACQ21-DGBOS@navy.mil. Currently there is no AOR International Travel Information for Diego Garcia. (4) Complete the Isolated Personnel Report (ISOPREP) DD1833. Blood type and personal statements are required. Instructions for preparing personal statements are located on page 1 of the link below. Personal statements must be completed on a separate Microsoft Word Document. Instructions: https://www.fcg.pentagon.mil/static/ISOPREP_Completion_Instructions.pdf Form: http://www.dtic.mil/whs/directives/forms/eforms/dd1833t.pdf Failure to submit all required information for the pre-proposal conference and site visit by the dates listed above may preclude a firm s eligibility to participate in the pre-proposal conference and site visit. No additional names will be accepted after the registration deadline. A minimum 30 days is required to obtain local Area Clearance. Once the Area Clearance is granted, attendees will be allowed entrance to DG. Transportation from Paya Lebar AB, Singapore to DG and from DG to Paya Lebar, Singapore will be made for the site visit attendees. Lodging reservations will also be made for the site visit attendees. Attendees will be responsible to make payment to the BQ at the end of their stay. The cost per night is approximately $75. All other costs while on DG will be at the attendees expense. Transportation around the island will be provided by NSF DG, but other incidentals will be at the attendee s expense. See RFP, Section L for further information on the site visit. It is the responsibility of the offeror to arrange for transportation to Singapore. Government-sponsored Space Available (Space-A) flights offered by Air Mobility Command (AMC) will be available to transport individuals from Paya Lebar, Republic of Singapore Air Force (RSAF) Base, Singapore, to Diego Garcia. It is highly recommended that flight arrangements to Singapore allow for significant flexibility in the event that the scheduled Space-A flight becomes delayed or encounters unscheduled changes. Currently, round trip AMC flights from Singapore to Diego Garcia costs approximately $1,600 per person. Offerors are responsible for all transportation costs to and from Diego Garcia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R3600/listing.html)
 
Record
SN04090805-W 20160423/160421234138-c4c1e23baac9d4146c4b413baedd6e7e (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.