Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

R -- Base Operations and Support Services (BOS) at Niagara ARS, NY - Draft PWS Tab A

Notice Date
9/10/2018
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 MSG/PK, 2720 Kirkbridge Drive, Niagara Falls, New York, 14304-5001, United States
 
ZIP Code
14304-5001
 
Solicitation Number
FA667019R0001
 
Point of Contact
LaVelle Barnett, Phone: (478)327-0134, Mary Elizabeth Pyle Platts, Phone: 716-236-2215
 
E-Mail Address
mildred.barnett@us.af.mil, mary.pyleplatts@us.af.mil
(mildred.barnett@us.af.mil, mary.pyleplatts@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Draft PWS Tab F Draft PWS Tech Exhibits Tab C Draft PWS Tab G Draft PWS Tab D Draft PWS Tab C Draft PWS Tab B Draft PWS Tab A This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. This requirement is to manage and operate multiple functions at Niagara ARS, NY. Functions include: Base Supply, Motor Vehicle Operations and Maintenance, Traffic Management Office (TMO), Real Property Maintenance, Recurring Real Property Services (Pavement Clearance, Pest Control, Facility Management, and Grounds Maintenance), and Fuels Management. This contract will be subject to the Service Contract Labor Standards and Wage rate Requirements (formerly the Service Contract Act and the Davis Bacon Act respectively). The place of performance is Niagara ARS, NY. The solicitation will result in a contract being issued on an ALL OR NONE BASIS to a single contractor. However, because of on-going in-sourcing discussions, the Government reserves the right to retain or perform any portion of this effort either at time of or subsequent to award. Evaluation of offers will utilize Low Price Technically Acceptable (LPTA) procedures IAW FAR 15.101-2. Projected Date for issuance of the solicitation is on or about 1 Oct 2018 with an anticipated award date of on or before 1 Feb 2019. The resulting contract will consist of, a twelve month basic period, four one-year option periods and a six (6) months extension of services period that may be exercised at the discretion of the government. This effort is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The solicitation will be posted on FedBizOps. All Amendments, Pre-proposal Conference Minutes, Questions and Answers, etc to the solicitation will also be issued via FedBizOps. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A pre-proposal conference will be conducted at Niagara ARS, NY on 24 Oct 2018. Further details will be included in the solicitation for this effort. A maximum of two individuals per company will be permitted to attend. Please provide the names, title and contact information of all attendees via email to the following: Ms. Mary Pyle Platts email: mary.pyleplatts@us.af.mil. This information must be provided in advance to ensure access to the base/conference site. If you have not pre-registered you will not be granted admission to the pre-proposal conference. The North American Industry Classification System (NAICS) code is 561210 and the Size Standard is $38.5M. The Contractor MUST meet requirements of Federal Acquisition Regulation (FAR) 52.219-14, entitled "Limitations on Subcontracting", by providing at least 50% of the work. The Air Force intends to award a single Firm Fixed Price (FFP) contract, with supporting Cost Plus Fixed Fee and Cost Reimbursement line items. All applicable provisions and clauses will be included in the actual solicitation. In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective contractor shall be registered in System for Award Management (SAM) database prior to award of a contract. Registration requires offerors to have a DUNS number. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award. Foreign companies are not allowed to participate in this requirement IAW AFFARS 5305.204 and AFI 16-201, Chapter 8.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA667019R0001/listing.html)
 
Place of Performance
Address: Niagara Air Reserve Station, New York, Niagara Falls Air Reserve Station, New York, 14304, United States
Zip Code: 14304
 
Record
SN05082107-W 20180912/180910231741-0637b55f3b608d9fcfa70acd2c0fc7b7 (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.