Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
DOCUMENT

Z -- BASE OPERATING SUPPORT (BOS) SERVICES AT NAVAL AIR STATION (NAS) KEY WEST, FL - Attachment

Notice Date
2/23/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N6945017RKWSS
 
Response Due
3/9/2017
 
Archive Date
3/24/2017
 
Point of Contact
Primary:
 
E-Mail Address
2-8815<br
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR BID. THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY POTENTIAL OFFERORS FOR THE BASE OPERATIONS SUPPORT (BOS) SERVICES CONTRACT AT NAVAL AIR STATION (NAS) KEY WEST, FLORIDA. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. The identification number for this sources sought notice is N69450-17-R-KWSS. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following small business categories: small business; U.S. Small Business Administration (SBA) certified 8(a) business development participants; SBA certified HUBZone small business concerns; service-disabled veteran-owned small business (SDVOSB) concerns; veteran-owned small business (VOSB) concerns; and women-owned small business (WOSB) concerns. Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, and capability to perform base operating support service contracts at Naval Air Station (NAS) Key West, Florida. The type of solicitation to be issued will depend upon responses to this sources sought notice. Any resulting contract will be a facilities support indefinite-quantity contract and include recurring work/firm fixed price (FFP) and non-recurring work/ indefinite delivery indefinite quantity (IDIQ) provisions. The contract term will be a base period of year, with four one year option periods. The recurring work base year requirement will be the overall minimum guarantee. There will be a phase-in period, and the anticipated performance start date is mid FY18. The proposed requirement will provide BOS services for the following Annexes/Sub-annexes: 0600000 Port Ops (Barge Services); 150200 Facility Investment (provide sustainment, restoration and modernization of facilities and building systems limited to: Elevator Maintenance, Cooling Towers, Boiler Systems, Chilled Water Systems, Wastewater Treatment, and Fire Protection); 1503010 Custodial; 1503020 Pest Control; 1503030 ISWM; 1503050 Grounds; 1602000 Electrical; 1603000 Gas; 1604000 Wastewater; 1605000 Steam; 1606000 Water; and 16010000 Chiller. This requirement is performance based. These services are currently performed under multiple contracts awarded to various 8(a) certified small business, small business, and large business categories. The 8(a) contracts include fire protection, multi-function, janitorial, and barge services. The small business contracts include elevator maintenance and cooling towers, boiler systems, chilled water systems, and wastewater treatment services. The large business contracts include pest control, recyclable materials collection, mosquito control, roll off dumpster service, and underground utility locate services. A resulting contract may consolidate all of these services. It is anticipated that for evaluation purposes, with the exception of potential offerors covered by Mentor-Protégé Agreements approved by SBA, if a potential offeror is a Joint Venture (JV) or partnership, the offeror must demonstrate joint prime contractor relevant experience on at least one project; or each member of the JV or partnership must demonstrate prime contractor experience on at least one relevant project. The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of the Key West BOS services. The estimated annual magnitude for this procurement is between $1,000,000 and $5,000,000. The primary NAICS Code for this procurement is 561210 with a size standard of $38.5M. Industry will be notified of the results of this evaluation and the set-aside determination via the pre-solicitation/synopsis notice. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word or Adobe PDF format) and may be attached to an email addressed to: courtney.j.peterson@navy.mil. Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the attached questionnaire. Do not submit brochures or other corporate marketing information. The due date for responses is 2:00 PM EST, 9 March 2017. Please identify in the subject line of your response: KEY WEST BOS SOURCES SOUGHT . Any questions may be submitted via email to: courtney.j.peterson@navy.mil. Alternate point of contact is Rebecca Jones, email: rebecca.m.jones@navy.mil NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7cc291c39eb6ffffeb3365dd007df6aa)
 
Document(s)
Attachment
 
File Name: N6945017RKWSS_Key_West_Sources_Sought_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N6945017RKWSS_Key_West_Sources_Sought_Questionnaire.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6945017RKWSS_Key_West_Sources_Sought_Questionnaire.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04412962-W 20170225/170223235417-7cc291c39eb6ffffeb3365dd007df6aa (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.