SOLICITATION NOTICE
Z -- Base Operating Support (BOS) Services at Naval Support Activity Mid-South, Millington, TN
- Notice Date
- 5/26/2016
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N69450 NAVFAC Southeast, Jacksonville Bldg 27 Building 27, P. O. Box 5 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945016R2123
- Response Due
- 7/19/2016
- Archive Date
- 12/30/2016
- Point of Contact
- Susan Forchette 904-542-8444
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a Synopsis Notice for Mid-South Base Operating Support services at Naval Support Activity Mid-South, Millington, TN; Navy Personnel Command (NPC); Commander, Navy Recruiting Command (CNRC); Navy Personnel Research Studies and Technology (NPRST); US Army Corps of Engineers (USACE); Naval Branch Medical and Dental Clinic, Millington, TN; Naval Surface Warfare Center Carderock Division Memphis Detachment; and various other tenant commands and the outlying areas supported by these commands. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Susan Forchette, Contract Specialist, (904) 542-8444. The proposed solicitation number is N69450-16-R-2123. The proposed contract type is a Facilities Support Indefinite-Quantity contract with recurring and non-recurring work requirements. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The contract term is anticipated to be a base period of one-year and seven one-year option periods, for a total contract performance period not to exceed eight years. The FFP base year requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under FAR 52.217-8 Option to Extend Services clause. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $38.5M dollars. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This contract will replace contract N40083-08-D-0066 for similar services awarded in 2008. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The requirement includes all labor, management, supervision, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide services for facility investment; custodial; pest control; integrated solid waste management; grounds maintenance and landscaping; pavement clearance; electrical; wastewater; water; base support vehicles and equipment; and environmental and other related services. This requirement is performance based. Market research was performed in accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2) and a Sources Sought Notice was posted on 20 August 2015. As a result of the market research, the Contracting Officer recommended soliciting as a facility investment; custodial; pest control; integrated solid waste management; grounds maintenance and landscaping; pavement clearance; electrical; wastewater; water; base support vehicles and equipment; and environment and other related services competitive 8(a) small business set-aside. The NAVFAC Southeast small business office and the Small Business Administration (SBA) Procurement Center Representative concur with the set-aside determination. As a result, the proposed Request for Proposal (RFP) will be issued as a competitive 8(a) small business set-aside. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, a price proposal, and a responsibility binder for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. The anticipated date of RFP issuance is on or about 15 June 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272C/N6945016R2123/listing.html)
- Place of Performance
- Address: PWD Mid-South, Millington, TN
- Zip Code: 38054
- Zip Code: 38054
- Record
- SN04130863-W 20160528/160526235033-6e84a837c44c7184d5751f21a6244b0e (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 |