SPECIAL NOTICE
99 -- PICATINNY BASE OPERATIONS SUPPORT SERVICES
- Notice Date
- 4/29/2020 2:20:14 PM
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-R-5000
- Response Due
- 5/14/2020 10:00:00 AM
- Archive Date
- 05/29/2020
- Point of Contact
- Michael E. Zanowicz, Phone: 9737242896
- E-Mail Address
-
michael.e.zanowicz.civ@mail.mil
(michael.e.zanowicz.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- W15QKN-20-R-5000 FedBizOpps notice Date: 29 April 2020 Description: The Army Contracting Command New Jersey (ACC-NJ) on behalf of the US Army Garrison Picatinny (USAG Picatinny) is issuing the draft RFP for�a non-personal services contract to provide Base Operations Support Services (BASOPS) at Picatinny Arsenal, NJ.� The Government anticipates an 8(a) set-aside for this procurement. The North American Industry Classification System (NAICS) classified for this effort is 561210, Facilities Support Services. The small business size standard is $35 million. Sources must be registered with the System for Award Management (SAM) http://www.sam.gov. It is also noted that 8(a) firms must be certified as 8(a) with the Small Business Administration (SBA) as well as certified on SAM. The Army Contracting Command New Jersey (ACC-NJ) anticipates releasing a solicitation announcement, to be published in the Contract Opportunities (FBO) (https://beta.sam.gov/), on or about 29 May 2020. The contract is for a period of performance of one (1) base year plus four (4) one year options. This requirement is for the re-compete of the BASOPS at Picatinny Arsenal, NJ (Contract No. W15QKN-16-C- 1006). This requirement will be for operations and maintenance services at Picatinny Arsenal, NJ. The contract will be designed to provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that are increased or diminished. This contract will also be designed to reflect the predictable nature of existing and scheduled services at existing facilities and buildings by employing fixed price contract line items. The contract provides the flexibility to respond to unscheduled and non-recurring services. At this time it is the Government�s intent to proceed with a Best Value procurement when the solicitation is posted. Picatinny consists of approximately 6,493 acres, 1,010 permanent structures, and a supporting road network and utility systems. The population base consists of approximately 5,000 civilians, 160 military personnel and 1,000 contractors, as well as 200 resident family members. Typical services will include the following: Maintenance & Repair of Buildings and Structures; Dining Facilities; Electrical Systems (Interior only); Storm Drainage Systems; Grounds Maintenance (Mowing Services not included); Road & Surfaced Area Maintenance; Fire Detection and Suppression; and ability to provide Emergency Response Services as required. The Contractor shall provide all resources and management necessary to perform services, materials, plant supervision, labor, and equipment to operate, maintain, repair, and construct real property facilities, and provide related services at Picatinny Arsenal. Information Technology (IT) and Logistics Support will be provided under separate contracts. The Contractor shall have the ability to provide seamless integration with the other two other support contracts. The Contractor shall also have responsibility to provide administrative services necessary to perform the work, to include, but not be limited to, the following: supply, quality control, job order shop operation, contractor financial control, and maintenance of accurate and complete records, files, and libraries of documents to include Federal, State, and local laws, regulations, codes, technical manuals, and manufacturer's instructions/specifications. The Contractor shall provide related services such as formatting and inputting data into Government automated systems, and Government data base maintenance, preparing and providing required reports, compiling historical data, performing administrative activities and submitting necessary information as specified. All questions must be submitted in writing on or before 14 May 2020.� The Government reserves the right to answer all questions, posted to the Contract Opportunities site, after release of the final Request for Proposal (RFP), to Army Contracting Command-New Jersey (ACC-NJ), Attn: Mr. Michael Zanowicz Building 9, Picatinny Arsenal, NJ 07806- 5000. �Responses may also be submitted by email to the following address: michael.e.zanowicz.civ@mail.mil. �E-mail submittals must be restricted to a maximum file size of 15MB and should be in MSWord or PDF format. �Large files compressed using WinZip must be renamed to a file extension other than.zip as files with the.zip extension will be automatically blocked by the Government�s mail server. �Telephone responses will not be accepted. This announcement is for planning purposes only, does not constitute a formal Request for Proposal (RFP). This announcement is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding for this effort. If a formal solicitation is generated at a later date, an additional solicitation notice will be published. No award will be made as a result of this announcement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/167c0fa9e4274fbf9080bfc30dff1a52/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ, USA
- Country: USA
- Country: USA
- Record
- SN05639224-F 20200501/200429230147 (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 |