Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOLICITATION NOTICE

S -- NSA Patuxent River Facilties Support Services (PAX FSS)

Notice Date
1/7/2020 9:27:36 AM
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374 USA
 
ZIP Code
20374
 
Solicitation Number
N40080
 
Response Due
2/20/2020 1:00:00 PM
 
Archive Date
01/30/2020
 
Point of Contact
Karen E. Monahan, Phone: 2026858052, Fax: 2026851788, Eric T. Walker, Phone: 2024330908
 
E-Mail Address
karen.monahan@navy.mil, eric.t.walker@navy.mil
(karen.monahan@navy.mil, eric.t.walker@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. � This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. � N40080-20-R-0001 PATUXENT RIVER FACILITIES SUPPORT SERVICES (PAX FSS). This is a pre-solicitation notice to notify potential offerors of Facilities Support Services solicitation N40080-20-R-0001 for locations supported by the Naval Support Activity Patuxent River. The proposed contract will be a single award Indefinite Delivery Indefinite Quantity (IDIQ) performance-based contract that is comprised of both Recurring Work and Non-Recurring Work Items. The work includes, but is not limited to, providing all management, supervision, labor, materials, and equipment necessary to provide services for: Custodial Services to ensure the cleanliness of working environments (trash removal, recycling, cleaning kitchenettes, lunch and breakrooms, windows/window treatments, drinking fountains, clean/disinfect restrooms, sweeping/mopping/vacuuming floors, etc.). Pest Control Services includes the prevention and control of unwanted vegetation and invasive plants, Nuisance, structure damaging, lawn, turf and ornamental, and disease vector and health arthropod and invertebrate pests. Grounds Maintenance and Landscaping includes lawn maintenance (mowing and trimming, edging, irrigation systems maintenance), vegetation removal, and debris removal within installation grounds parcels designated as improved, semi-improved and unimproved areas. Pavement Clearance includes snow removal, sweeping to remove winter abrasives and other debris, improve the appearance of paved areas, improve the safety of paved areas, reduce maintenance costs by keeping the drainage systems clean and, reduce pollutants entering the storm drain system. Transportation Services consists of vehicles and equipment maintenance and repairs, vehicle and equipment operations to include dispatch services, Weight Handling Equipment (WHE) / Material Handling Equipment (MHE) to include provision of a crane, liquid movements, people movements, operator licensing, testing and training, vehicle/equipment inspection and certification, and specified administrative program management. �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 561720, Custodial/Janitorial Support Services, having a small business size standard of $19.5 million. This contract contains provisions for one Base Period of up to twelve (12) months with four (4) Option Periods (12 months each) in addition to 52.217-8 Option to Extend Services not-to-exceed a total of sixty-six (66) months. The FSS services are currently being performed by Diversified Service Contracting, Inc., under contract N40080-11-D-3020 estimated value of $71M. Note that the values provided are for informational purposes only and should not be used as an indication of the value of work to be performed under this solicitation. THIS PROCUREMENT IS SOLICITED AS A FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.� THIS COMPETITION WILL BE OPEN TO FIRMS WHO ARE CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION UNDER THE 8(a) PROGRAM. A sources sought was posted to NECO on 24 May 2018 to determine availability and capability of businesses to perform the requirement. NAVFAC Washington�s Office of Small Business Programs concurs with the determination to solicit as an 8(a) set-aside All responsible 8(a) 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/portal/public/SAM/#1. You are encouraged to register as soon as possible. A DRAFT Solicitation is attached herein. The anticipated Final RFP date is on or about 30 January 2020. Proposal due date will be on or about 20 February 2020. Offerors can view and/or download the solicitation, and any attachments, at the Contracting Opportunities page on BETA.SAM at https://beta.sam.gov This solicitation will ONLY be available in electronic format. The Government will not provide hard copies (paper sets) or CD-ROM of the RFP or other contract documents and will not accept telephone, E-Mail, or facsimile requests for copies. Notification of any changes (amendments) to the solicitation will be done via the beta.sam Contracting Opportunities 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 Contracting Opportunities website for any and all amendments to this solicitation. Please direct questions in writing to the Contract Specialist, Ms. Karen Monahan at karen.monahan@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b73267d900c4df3820891d7cb24376c/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05528091-F 20200109/200107230130 (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 |
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.