Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
SOLICITATION NOTICE

S -- West Sound (BOS) Services in the state of Washington, at the following major installations, located in Kitsap and Jefferson Counties in Washington State

Notice Date
12/20/2018
 
Notice Type
Synopsis
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
23508
 
Solicitation Number
N6247018R3002
 
Archive Date
6/30/2019
 
Point of Contact
Jennifer Jordan 7573224649
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. N62470-18-R-3002 BASE OPERATIONS SUPPORT (BOS) SERVICES TO BE PERFORMED AT NAVAL INSTALLATIONS LOCATED IN JEFFERSON, KITSAP, AND PIERCE COUNTIES, WASHINGTON REFERRED TO AS WEST SOUND BOS(WSBOS) This is a pre-solicitation notice to notify potential Offerors of BOS Services Contract N62470-18-R-3002 referred to WSBOS, located in Jefferson, Kitsap, and Pierce counties, Washington. The proposed contract will be a single award Indefinite-Delivery/Indefinite Quantity (IDIQ), Fixed-price with award fee performance-based type contract comprised of both Recurring Work (RW) and Non-Recurring Work (NRW) Items. The work includes, but is not limited to, providing all management, supervision, labor, materials, and equipment necessary to provide services for: General Information, Management and Administration, Fire and Emergency Services, Facilities Support (including Facility Management, Facility Investment, BUMED Facility Investment, and Pavement Clearance), Wastewater, Transportation and Environmental. The solicitation utilizes source selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 15 and will require offerors to submit corporate experience, technical approach/management approach, safety, and past performance, along with a price proposal for evaluation by the Government. The tradeoff source selection process is selected as appropriate for this acquisition. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. Award will be made to the responsible Offeror(s) whose proposal conforms to the Request for Proposal (RFP), will be most advantageous to the Government resulting in Best Value, price and other non-price factors considered. The NAICS Code for this procurement is 561210, Facilities Support Services and the annual size standard is $38.5 million. The contract term will be a base period of up to twelve months with seven (7) option periods (12 months each), not to exceed a total of ninety-six (96) months. A sources sought notice was posted to NECO and FBO 12 December 2017 (N62470-18-R-3002) to determine availability and capability of businesses to perform the requirement. As a result of the market research analysis, a determination was made to solicit this procurement as unrestricted competitive basis. NAVFAC Atlantic ™s Office of Small Business Programs concurs with this decision. These services are currently being performed under a Firm-Fixed Price, IDIQ contract N44255-14-D-9000 for BOS services which was awarded to Chugach Federal Solutions, Inc. Recurring and non-recurring requirements are ordered via task orders. The IDIQ contract was procured by use of FAR Part 15, Contracting by Negotiation, source selection tradeoff process. Contract N44255-14-D-9000 was awarded on 21 March 2014 on an unrestricted basis, and awarded to Chugach Federal Solutions, Inc. The contract included a base of four (4) months, and five (5) one-year options. The contract is currently in Option Year five (5) with an end date of 30 September 2019. The current option year five (5) estimated price for the Recurring work is $32,975,017.00 and the estimated price for the Non-Recurring work is $34,458,686.48. All responsible sources may submit a proposal which shall be considered by the agency. All prospective contractors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov/. You are encouraged to register as soon as possible. The anticipated date of RFP issuance is on or about 4 January 2019. Proposal due date will be on or about 18 February 2019. Offerors can view and/or download the solicitation, and any attachments, at Navy Electronic Business Opportunities (NECO) website at https://www.neco.navy.mil/ and/or the Federal Business Opportunities (FEDBIZOPPS) website at https://www. fbo.gov/. This solicitation will ONLY be available in electronic format. The Government will not provide hard copies, facsimile or CD-ROM copies of the RFP or other contract documents. The Government will not accept telephone, e-mail, and facsimile requests for copies. Notification of any changes (amendments) to the solicitation will be done via the NECO website and/or FEDBIZOPPS. A Vendor User Guide is available for download at https://www.neco.navy.mil/press/neco_guide.pdf, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with the site so you will receive emails applicable to the solicitation in the event of any modifications / amendments, and/or any changes regarding this solicitation and/or solicitations of interest. It will be the contractors ™ sole responsibility to check the NECO and/or FEDBIZOPPS website daily for any and all amendments to this solicitation. For inquiries concerning this notice and the resultant solicitation, please contact the Contract Specialist, Jennifer Jordan at (757) 322-4649 or email to Jennifer.s.jordan@navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/N62470CON/N6247018R3002/listing.html)
 
Record
SN05179509-F 20181222/181220230013 (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.