Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
SOLICITATION NOTICE

S -- CONSOLIDATED SERVICES FOR FACILITIES SUPPORT SERVICES AT MARINE RESERVE CENTERS IN FL, LA, AND TN

Notice Date
10/10/2019
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DON, Navy, Naval Facilities Engineering Command, Mid-Atlantic, ROICC Portsmouth, NAVSHIPYD, Building 491, Portsmouth, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N40085-19-R-9087
 
Archive Date
12/31/2019
 
Point of Contact
Krystal Goodman, Phone: 7573411657, Pamela Waller, Phone: 757-341-1581
 
E-Mail Address
krystal.goodman@navy.mil, pamela.waller@navy.mil
(krystal.goodman@navy.mil, pamela.waller@navy.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Preventative Maintenance, Repairs and Recurring Facilities Services at Marine Corps Reserve Centers located in Lafayette, LA, New Orleans, LA, Jacksonville, FL and Memphis, TN. The work includes but is not limited to maintenance and repairs of buildings and structures, building systems and providing recurring facilities services. The work identified is to be provided by an Indefinite Delivery/Indefinite Quantity type contract with recurring and non-recurring services. 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 priced to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, 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. 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 multi-service contract with a yearly value of at least $1.1M or greater for recurring services. Indefinite Quantity/Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide the following types of maintenance and repairs: Buildings and Structures: Interior and exterior finishes, roofing, foundation, structural components, cathodic protection systems, tanks, pipelines and plumbing. Building systems: HVAC, HVAC Water Treatment Services, Fire Protection, Vertical Transportation Equipment (VTE), Intrusion Detection Systems, Bridge and Job cranes, boilers (excluding central utility plan boilers), unfired pressure vessels (UPV), compressed air systems, potable water (including backflow prevention devices), wastewater, electrical, lighting arrestors and grounding devices, auxiliary generator systems (including emergency and portable generators), uninterruptible power systems (UPS), grease traps, exhaust hoods and ducts, weight handling equipment (WHE), security alarms, plumbing and batteries. Recurring Facilities Services: Custodial, pest control, grounds maintenance/landscaping, integrated solid waste management (ISWM) and pavement clearance. Complexity: Demonstrate the ability to respond simultaneously to service calls (routine, urgent, and emergency) and maintenance requirements for buildings, structures and systems and facility services that include custodial, grounds maintenance and waste management at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. 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 Card is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210, the size standard is $41.5M. The proposed procurement listed herein is a HUBZone competitive set aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Federal Business Opportunities (FBO) website on or about 25 October 2019. 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 Krystal Goodman (krystal.goodman@navy.mil) 10 days prior to the RFP due date. The site address is https://www.fbo.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the FBO 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/N62470NNSY/N40085-19-R-9087/listing.html)
 
Record
SN05473119-W 20191012/191010230931-c7eb8f418e3dc3a353ba8713f0f37f6c (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.