SOLICITATION NOTICE
S -- Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint Base Anacostia-Bolling (JBAB), Washington, DC.
- Notice Date
- 12/6/2018
- Notice Type
- Synopsis
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 20374
- Solicitation Number
- N4008019R0303
- Point of Contact
- 202-685-8052
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Notice for Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint Base Anacostia-Bolling (JBAB), Washington, DC. The procuring contracting office is NAVFAC Washington, Bldg. 212, 1314 Harwood St., Washington Navy Yard, DC 20374. The primary point of contact is Olisha Costa, Contract Specialist, (202)685-8201. The proposed solicitation number is N40080-19-R-0303. The work will include all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: facility management, facility investment, fire protection, janitorial, pest control, ground maintenance, street sweeping and snow removal services for facilities, ground structures, personal property equipment and installed equipment at the WHCA and HMX-1, JBAB, Washington, DC. This requirement is performance-based. The proposed contract type is a facilities support indefinite-quantity contract with recurring work / firm fixed price (FFP) and non-recurring work / indefinite delivery indefinite quantity (IDIQ) provisions. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $38.5M dollars. The contract term is anticipated to be a base period of one year plus four one-year option periods, for a total contract performance period not to exceed five years (60 months). The base period recurring work 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 Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N69450-14-D-0311, awarded in 2013. 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 solicitation will be issued as a competitive 100% Total Small Business Set Aside pursuant to FAR 6.203 and FAR 19.502-2. This is a negotiated procurement utilizing the lowest price technically acceptable source selection process that consists of the submission of technical and price proposals. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. SITE VISIT INFORMATION: An organized site visit has been scheduled during the solicitation period. Please refer to the solicitation, once posted, for the exact date and time of the site visit. No other site visit will be scheduled or granted. Once posted; the solicitation will include the latest information on the organized site visit. (a) Tentatively; an organized site visit has been scheduled. The site will be available for visitation on MONDAY, 7 JANUARY 2019, beginning with a Pre-Proposal Conference at 8:00 am EST. (b) Participants will meet at- NAVFAC WASHINGTON 1314 HARWOOD ST. BUILDING 212, 2ND FLOOR CONFERENCE ROOM 221 WASHINGTON NAVY YARD, DC 20374 NOTICES and SPECIAL INSTRUCTIONS TO ALL CONTRACTOR SITE VISIT PARTICIPANTS 1. ALL PARTICIPANTS MAY BE SUBJECT TO SCAN OR SEARCH. SEARCHES/SCANS MAY CONSTITUTE USE OF GUARD DOGS AND/OR OTHER DETECTION DEVICES, INSTRUMENTS OR SECURITY METHODS/PROCEDURES. SECURITY PERSONNEL AND GUARD DOGS COULD BE PRESENT AT VARIOUS LOCATIONS DURING THE SITE VISIT. 2. NO PARTICIPANT WILL BE ALLOWED TO CARRY ANY OF THESE ITEMS ON THE BASE: CAMERAS OR CAMERA PHONES, KNIVES OR WEAPONS, PACKAGES OR BRIEFCASES. 3. NO FOREIGN NATIONALS WILL BE PERMITTED TO PARTICIPATE IN THE SITE VISIT. 4. ALL CONTRACTORS MUST COMPLY WITH THE COMPLETION AND SUBMISSION OF THE DEPARTMENT OF THE NAVY LOCAL POPULATION ID CARD/BASE ACCESS PASS REGISTRATION, SECNAV 5512/1 (APR 2014) FORM TO GAIN ACCESS TO THE SITE VISIT. THE FORM MUST BE COMPLETED AND RETURNED ON OR BEFORE 12:00 PM EST, FRIDAY, 28 DECEMBER 2018 TO Olisha Costa: olisha.costa@navy.mil and Richard Talbot: richard.talbot@navy.mil IN ADDITION, ALL CONTRACTORS MUST BRING THE COMPLETED DEPARTMENT OF THE NAVY LOCAL POPULATION ID CARD/BASE ACCESS PASS REGISTRATION, SECNAV 5512/1 (APR 2014) FORM TO GAIN ACCESS TO THE LOCATION FOR THE SITE VISIT. ONLY CLEARED CONTRACTORS WILL BE ALLOWED TO PARTICIPATE IN THE SITE VISIT. THE FORM IS PROVIDED WITH THIS PRE- SOLICITATION NOTICE AND WILL ALSO BE PROVIDED WITH THE SOLICITATION. 5. EACH CONTRACTOR IS LIMITED TO TWO (2) PARTICIPANTS. CONTRACTOR LISTED ON FORM WILL BE NOTIFIED IF THEY ARE NOT PERMITTED TO PARTICIPATE. 6. CONTRACTORS MUST BRING ACCEPTABLE IDENTIFICATION DOCUMENTS AS SPECIFIED ON THE NAVY LOCAL POPULATION ID CARD/BASE ACCESS PASS REGISTRATION, SECNAV 5512/1 (APR 2014) FORM (DRIVER ™S LICENSE, PASSPORT, ETC.), AS WELL AS VEHICLE REGISTRATION AND PROOF OF INSURANCE TO GAIN ACCESS TO THE SITE VISIT. NO QUESTIONS WILL BE ANSWERED AT THE SITES. ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER POINT OF CONTACT: OLISHA.COSTA@NAVY.MIL PRIOR TO THE REQUEST FOR INFORMATION (RFI) CUT OFF DATE/TIME OF 19 JAN 2019 AT 12PM EST. ALL RFIs MUST BE SUBMITTED ON THE RFI FORM (TO BE PROVIDED WITH THE SOLICITATION). 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 after 21 December 2018. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008019R0303/listing.html)
- Record
- SN05167801-F 20181208/181207065824 (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 |