SOLICITATION NOTICE
M -- M--Pre-Solicitataion Synopsis - Port Operations Support Services at Joint Base Pearl Harbor Hickam, Hawaii
- Notice Date
- 6/18/2020 4:27:03 PM
- Notice Type
- Presolicitation
- NAICS
- 488310
— Port and Harbor Operations
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420R4000
- Response Due
- 3/24/2020 4:00:00 PM
- Archive Date
- 07/15/2020
- Point of Contact
- Jeffrey Geringer, Jeffrey.geringer@navy.mil, 808-473-7960
- E-Mail Address
-
jeffrey.geringer@navy.mil
(jeffrey.geringer@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Port Operations Services, Joint Base Pearl Harbor � Hickam, Hawaii. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department intends to issue a Request for Proposal (RFP) for the port operations and logistics support necessary to ensure Joint Base Pearl� Harbor � Hickam (JBPHH) meets all naval port operational commitments.�� The North American Industry Classification System (NAICS) code for this procurement is 488310 (Port and Harbor Operations) with a size standard of $41.5M. The Product or Service Code is M1PZ (Operation of Other Non-Building Facilities).� Adept Process Services, Inc. is the contractor currently performing these services under contract number N0060416C3013. �Commander Navy Region Hawaii (CNRH) at JBPHH requires contractor support services to provide port operations and logistics support.� The Contractor shall be responsible for the operation of various small craft, vessels, and support equipment. Services shall be provided on a �turn-key� basis with the Contractor providing all necessary management expertise, personnel, supplies, tools, equipment, and vehicles (unless specified in this contract as Government Furnished Property). The Contractor shall plan, schedule, coordinate, and assure effective completion of all services. The nature of the work ranges from booming of all ships; line handling (with the exception of U.S. ships); equipment moves for pier setting for all ships to include Military Sealift Command (MSC), U.S. ships, and commercial ship arrivals and departures; oil spill response; and movement of waterborne assets within the port. For informational purposes, the historic annual number of vessel movements has been approximately 1,700 (1,900 if Rim of the Pacific international naval exercise is included). �The principal labor categories required in the performance of this contract are primarily qualified boat crews, dock masters, line handlers, oil spill response personnel, and administrative support personnel. The anticipated contract duration is a 60-day phase in period, followed by a 12-month base period, and three 12-month option periods. NAVSUP FLCPH intends to solicit and award a firm-fixed priced (FFP) non-commercial service contract. Cost reimbursement (CR) Contract Line Item Numbers (CLINs) for other direct costs and reimbursable supplies and services will be incorporated. Market research, which included a sources sought notice, indicated that there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery.� Therefore, this requirement will be a 100% small business set-aside.� Federal Acquisition Regulations (FAR) Part 15 (Contracting by Negotiations) procedures apply.� The source selection process will be conducted in accordance with FAR Part 15.101-1 and the Department of Defense (DoD) Source Selection Procedures; Offerors will be evaluated through the tradeoff source selection process.� The proposed RFP number is N0060420R4000.� The RFP is anticipated to be issued on or about 1 Apr 2020. The RFP closing date and time will be specified in the RFP and will be no less than 30 days after the issuance of the RFP.� The anticipated award date is 1 Jun 2020.� The RFP, its attachments and any amendments will be posted to Contract Opportunities on beta SAM (beta.sam.gov).� All responsible sources may submit a proposal in response to the forthcoming RFP, which shall be considered by this office.� Instructions for proposal submission will be outlined in the forthcoming RFP.� Offerors must be registered in the System for Award Management (SAM) database at https://www.sam.gov or beta.sam.gov at the time of proposal submission.� It is the sole responsibility of the offeror to monitor the beta SAM website for updates.� Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP and to monitor the site for any amendments to the RFP. An offeror�s list will not be maintained by this office. �Requests for the RFP made via telephone, facsimile, e-mail, or mail will not be honored. Any questions in regards to this synopsis must be submitted in writing via e?mail to jeffrey.geringer@navy.mil.�� Any changes to this synopsis will be posted to beta SAM.� Contracting Office: NAVSUP FLCPH Regional Contracting 1942 Gaffney St. JBPHH, HI 96860
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a5992c1c0c164a568653c74f368cf89d/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05695422-F 20200620/200618230157 (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 |