Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

S -- Custodial Services for Naval Station Newport and Naval Undersea Warfare Center, Newport, Rhode Island

Notice Date
3/1/2018
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R1221
 
Response Due
3/19/2018
 
Archive Date
4/3/2018
 
Point of Contact
John Bishop 757-341-0090 LeeArjetta Hamilton - 757-341-0079; leearjetta.hamilton@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Officer in Charge requires all labor, management, supervision, tools, material, equipment, and other items necessary to provide Custodial Services for Naval Station Newport and Naval Undersea Warfare Center, Newport, Rhode Island. The work includes but is not limited to: Custodial Services such as scheduled services, space cleaning, emptying waste containers, low area cleaning, lunch/break room cleaning, high area cleaning, interior window cleaning, exterior window cleaning, window blinds cleaning, entrance cleaning, interior glass surfaces cleaning, drinking fountains cleaning, floor care, sweeping and dust mopping, vacuuming carpets and rugs, cleaning walk-off mats, spray cleaning and buffing, damp mopping, stripping, coating, and buffing, carpet and rug deep cleaning, restroom services, restroom cleaning, restroom servicing, group shower/locker room cleaning, building perimeter services, debris removal, emptying perimeter waste containers, unscheduled services, and kitchen hoods/ducts cleaning including exhaust fans and associated fire suppression piping at Naval Station Newport and Naval Undersea Warfare Center, located in Newport, Rhode Island. The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government. Offerors will be evaluated using the Lowest Priced Technically Acceptable Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the three (3) lowest priced proposals. The Navy will make award to the lowest priced technically acceptable proposal from among the three (3) lowest priced proposals. However, if no proposals are found to be technically acceptable within the first group of proposals, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Technical Approach/Management, Factor 2 “ Corporate Experience, Factor 3 “ Safety and Factor 4 “ Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A maintenance service contract with a yearly value of at least $2M or greater for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate your ability to perform a wide range of custodial services at various locations on a recurring basis. Also demonstrate your ability to perform nonrecurring work at the same/similar locations upon request. Complexity: Demonstrate the ability to provide custodial services for at least 75 buildings in dispersed locations. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561720, the size standard is $18M. The proposed procurement listed herein is set-aside for 8(a) small business concerns only. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 19 March 2018. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to John Bishop (john.p.bishop1@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1221/listing.html)
 
Place of Performance
Address: Naval Station Newport, Newport, RI
Zip Code: 02841
 
Record
SN04839114-W 20180303/180301230951-c02a02c322528dfe985d689c807886f0 (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.