DOCUMENT
Z -- Base Operations Support (BOS) Services, Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) - Attachment
- Notice Date
- 8/2/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274218R3600
- Point of Contact
- Gavin Tsukamoto 808-471-4391 Scott Saito, NFPACQ21-Box1@navy.mil,
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This notice does NOT constitute a request for quote or invitation for bid. The intent of this notice serves as a PRE-SOLICITATION SYNOPSIS ONLY. The solicitation will be available on or around Monday, August 20, 2018 at https://www.neco.navy.mil. The proposed is a performance-based acquisition for the contractor to provide all management, supervision, quality management, quality control, labor, tools, equipment, material, supplies, incidental engineering, and transportation necessary to maintain and repair family and unaccompanied housing for Various Military Installations, Guam. The outcomes of this acquisition are consistent with the FAR 37.101 definition of service contracts. This acquisition will be solicited as a competitive 8(a) procurement. The acquisition will result in a single award of a combination Firm-Fixed Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) type contract. 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 two (2) months commencing on the period of performance start date. Immediately following the mobilization period, there will be the base period for ten (10) months. The three (3) option periods will be for twelve (12) months each. Option period four (4) will be for eleven (11) months and the demobilization period will be for the last one (1) month. 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 66 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). There will be only one award made from this solicitation. The contract will be procured using negotiated procedures, as it has been determined in accordance with FAR 6.401 to be most appropriate method of contracting for the subject project. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Hawaii District Office (HDO) and other 8(a) firms with a bona fide place of business (in accordance with 13 CFR 124.3) within the geographical competitive area and with the assigned NAICS code. The Government will not consider offers from other than 8(a) firms or from 8(a) firms that are not serviced by the SBA Hawaii District Office. The NAICS code for this procurement is 561210. 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) Safety; (C) Management Plan / Quality Control; and (D) Technical Approach. 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. 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 SOLICITATION. 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-Box1@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 and have a registered DUNS number prior to award. 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. Pre-proposal conference and Site Visit will be held as follows (Time and Location to be confirmed via Solicitation): Pre-Proposal Conference Tuesday, September 18, 2018 Site Visit #1 Naval Base Guam Wednesday, September 19, 2018 Site Visit #2 Naval Support Activity Andersen Thursday, September 20, 2018 If you re interested in attending, please email NFPACQ21-Box1@navy.mil no later than 2:00 pm, Thursday, August 23, 2018 (HST). THERE IS A MAXIMUM OF THREE (3) INDIVIDUALS PER COMPANY. Keep in mind that all site visit information will need to be submitted to the Government about 3 to 4 days after the issuance of the RFP. To be prepared, site visit attendees need to fill out the following forms and submit it to the below POC s for Naval Base Guam and Naval Support Activity Andersen. Attendees are encouraged to fill out forms right away and submit to each POC. This will give you enough time for processing base access to both bases. For Naval Base Guam: 1)Complete Base Access Request (BAR) Cover Letter (attached). 2)Complete CNIC Base Access Pass Registration Form - OMB 0703-0061 (attached). 3)Once complete, please email Norma Borja at norma.borja@fe.navy.mil for Sponsor Signature. *Due to the Government no later than 2:00 pm, Thursday, August 23, 2018 (HST) or 10:00am, Friday, August 24, 2018 (ChST). 4)Once signed, Norma will send completed forms back to the requestor for submission to Naval Base Guam (NBG) Visitor Control Center (VCC) Supervisor via email at NBG.VCC@fe.navy.mil. Please note that all non-US citizens must provide an I94 and a copy of their passport. 5)It is the responsibility of all interested attendees to submit their base access request forms to NBG VCC supervisor for processing and follow up. 6)Those that do not confirm their base access requests may not be able to participate. For Naval Support Activity Andersen: 1)Complete Contractor Letter Memo (attached). 2)Complete USAF Base Access Affidavit (attached). 3)Complete III Log Information (attached). 4)Once complete, please email Norma Borja at norma.borja@fe.navy.mil for Sponsor Signature. Please note that all non-US citizens must provide an I94 and a copy of their passport. *Due to the Government no later than 2:00 pm, Thursday, August 23, 2018 (HST) or 10:00am, Friday, August 24, 2018 (ChST). 5)Once signed, Norma will send completed forms to Naval Support Activity Andersen (NSAA) for processing. 6)It is the responsibility of all interested attendees to follow up and make sure NSAA base passes are processed and ready for pick up. 7)Those that do not confirm their base access requests may not be able to participate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274218R3600/listing.html)
- Document(s)
- Attachment
- File Name: N6274218R3600_N6272418R3600_Naval_Support_Activity_Andersen_FORMS.zip (https://www.neco.navy.mil/synopsis_file/N6274218R3600_N6272418R3600_Naval_Support_Activity_Andersen_FORMS.zip)
- Link: https://www.neco.navy.mil/synopsis_file/N6274218R3600_N6272418R3600_Naval_Support_Activity_Andersen_FORMS.zip
- File Name: N6274218R3600_N6274218R3600_Naval_Base_Guam_FORMS.zip (https://www.neco.navy.mil/synopsis_file/N6274218R3600_N6274218R3600_Naval_Base_Guam_FORMS.zip)
- Link: https://www.neco.navy.mil/synopsis_file/N6274218R3600_N6274218R3600_Naval_Base_Guam_FORMS.zip
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274218R3600_N6272418R3600_Naval_Support_Activity_Andersen_FORMS.zip (https://www.neco.navy.mil/synopsis_file/N6274218R3600_N6272418R3600_Naval_Support_Activity_Andersen_FORMS.zip)
- Record
- SN05017049-W 20180804/180802230941-58523ed05f8478cf7fb513c6e99ef877 (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 |