SOLICITATION NOTICE
R -- Safety and Occupational Health Services for Joint Region Marianas (JRM) and Naval Facilities Engineering Command, Marianas on Guam
- Notice Date
- 11/20/2019 10:50:44 PM
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540 USA
- ZIP Code
- 96540
- Solicitation Number
- N40192-20-R-9300
- Response Due
- 1/5/2020 9:00:00 PM
- Archive Date
- 01/21/2020
- Point of Contact
- Felix A. Benavente, Phone: 6713396750, Corinna G. Ludwig, Phone: 6713391143
- E-Mail Address
-
felix.benavente@fe.navy.mil, corinna.ludwig@fe.navy.mil
(felix.benavente@fe.navy.mil, corinna.ludwig@fe.navy.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to serve as a PRE-SOLICITATION SYNOPSIS ONLY. The Solicitation will be issued under N40192-20-R-9300 and is expected to be available on or around 06 December 2019 at https://www.beta.SAM.gov. The estimated proposal due date shall be at least 30 days after the Request for Proposal (RFP) is posted.This is a competitive procurement for Historically Underutilized Business Zone (HUBZone) Small Business for a Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract under NAICS 541690 -Other Scientific and Technical Consulting Services.The proposed contract is a performance-based acquisition for the contractor to provide Safety and Occupational Health Services for Joint Region Marianas (JRM) and Naval Facilities Engineering Command, Marianas on Guam. The Contractor, unless otherwise noted shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined and described in the Performance Work Statement (PWS) at U.S. Military Facilities on Guam, Navy and AAFB activities at various locations, Guam, M.I. Services include but are not limited to: The Contractor shall manage the total work effort associated with the services required herein to meet the performance objectives and standards. Such management includes but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality assurance. The Contractor shall provide a staff with the necessary management expertise to ensure performance objectives and standards are met. The Contractor shall provide the capability to receive, prioritize, correspond, and respond to trouble/service calls and task orders during Government regular working hours and provide a point of contact at a local or toll free number who can perform the above function during other than Government regular working hours.This acquisition will be solicited as a competitive Historically Underutilized Business Zone (HUBZone) Small Business for a Single-Award procurement. The Government will only accept offers from qualified HUBZone Small Businesses. All other small business concerns are deemed ineligible to submit offers. In order to qualify as a HUBZone contractor, companies must meet the requirements and steps listed at the Small Business Administration (SBA) webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/hubzone-program and have current registration in the System for Award Management (SAM) database.The contract period of performance will be a maximum of 60 months (Base Period and four (4) Option Periods of twelve (12) months each). Full performance is expected to commence on 01 April 2020.The North American Industry Classification System (NAICS) Code for this acquisition is 541690- Other Scientific and Technical Consulting, with a corresponding small business size standard of $16.5 million.This is a best value source selection procurement requiring both non-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-price factors considered. Evaluation factors will be set forth in the solicitation. 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.A Pre-proposal conference will be held on Thursday, December 12, 2019, 9:30 am at Bldg.103A, Second Floor Conference Room, Naval Base Guam. .If you’re interested in attending, please email jake.blas@fe.navy.mil and corinna.ludwig@fe.navy.mil no later than 3:00 pm, Friday, 29 November 2019 (Chamorro Standard Time, CST). THERE IS A MAXIMUM OF THREE (3) INDIVIDUALS PER COMPANY.The RFP will be posted on the official U.S. government website, https://www.beta.SAM.gov and can be downloaded free of charge. The RFP is available in electronic format only. Amendments and Notices will be posted on Federal Business Opportunities 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, and applicable documents will not be provided. All technical/contractual questions must be submitted in writing to: Felix Benavente at felix.benavente@fe.navy.mil, and Corinna Ludwig at corinna.ludwig@fe.navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification, as applicable.To be eligible for contract award, offerors must be registered in the DoD System for Award Management (SAM). Register via the SAM website http://www.beta.sam.gov. All prospective offerors interested in submitting a proposal must have a valid Government Entity (CAGE) code.IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.beta.sam.gov and have a registered DUNS number prior to award. Reference is made to DFARS Clause 252.204-7007, 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9209702b4d874df48f0a457c1e78d26d/view)
- Place of Performance
- Address: GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN05499424-F 20191122/191122043504 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |