SOLICITATION NOTICE
Z -- Facility Support, (FFP/IDIQ), Multi-Service, Facility Investment, Grounds Maintenance, Custodial, Integrated Solid Waste Management Services at Navy Operational Support Center (NOSC) Wisconsin and Illinois Area of Responsibility.
- Notice Date
- 8/28/2020 7:54:47 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0127
- Response Due
- 9/14/2020 11:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- Jurmin Francis-Ross, Phone: 7573411673, LeeArjetta W. Hamilton, Phone: 7573411971
- E-Mail Address
-
jurmin.francis-ross@navy.mil, leearjetta.hamilton@navy.mil
(jurmin.francis-ross@navy.mil, leearjetta.hamilton@navy.mil)
- 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 Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services to provide Multi-Service, Facility Investment, Ground Maintenance, Custodial and Integrated Solid Waste Management Services at the Navy Operational Support Center (NOSC), Green Bay and Milwaukee Wisconsin; Decatur, Peoria and Rock Island Illinois and Other Areas of Responsibility (AOR)������������������������������������� GENERAL WORK REQUIREMENTS: The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform: �Facility Investment Services The contractor shall provide all labor, management, supervisions, tools, materials, and equipment required to perform maintenance, repair, alteration, demolition, and minor construction for the following services: Building Systems: �HVAC, Fire Protection, Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Boilers, Electric Gate and Openers, Roofing (minor to moderate repair) compressed Air Systems and Lightening Arrestors and Grounding Devices. Miscellaneous: Fences, Locksmith and door hardware repair, Drainage Systems, Monuments, Flag Poles, Window repairs, Minor Concrete, Cabinet replacement/countertops, Light excavation, boring, directional boring and trenching,� Roads and Paved Surfaces: Curbs, Sidewalks, Parking Lots, Drainage Systems. Grounds Maintenance and Landscaping The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide grounds maintenance and landscaping services. Grounds Maintenance and Landscaping is to specify the requirements for Grounds Maintenance and Landscaping services only. Grounds Maintenance and Landscaping consists mainly of services that ensure the all of the grounds are maintained to the specified COL�s. Grounds Maintenance and Landscaping include but are not limited to: grass cutting, tree trimming, edging, debris pickup, perimeter fence clearing, storm drainage systems, bush and shrub trimming, and fertilizations. Propane Gas Support The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to supply and install one (1) 500-gallon propane tank with periodic refueling. The Contractor shall furnish all labor, transportation, equipment, materials, supplies, permits, licenses and supervision needed to perform propane services, installation, maintenance, certifications and support. Pest Control Services The Contractor shall provide pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control nuisance, structure damaging, disease vector, health arthropod and invertebrate pests:� cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes and bedbugs.� Vertebrate pests:� mice, rats, bats, other nuisance mammals, pigeons and other nuisance birds.� � Integrated Solid Waste Management The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform refuse collection, disposal and recycling services to ensure refuse and recyclables are properly collected and disposed. Pavement Clearance The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Pavement Clearance. Pavement Clearance requirements consist mainly of services that ensure the snow removal and deicing services are completed. Custodial Services The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform custodial services.� Custodial requirements consist mainly of services that ensure the cleanliness of working environments. The work is identified as a Facility Support, Indefinite Delivery / Indefinite Quantity contract with recurring and non-recurring services.� Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. 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 � Management Approach, Factor 2 � Recent, Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance.� Factor 2 Recent, Relevant Experience, and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.� Size:� A maintenance service contract with a yearly value of at least $500,000.00 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 all labor, management, supervision, tools, materials, equipment to perform Facility Investment Preventative Maintenance (HVAC, Fire Protection PM certifications, Services, Oil Water Separator Maintenance), Custodial Services, Pest Control, Grounds Maintenance and Landscaping, Pavement Clearance, Integrated Solid Waste, and Propane Gas Support and other services as defined by the RFP. Complexity: �Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for 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 one-year option periods, which, cumulatively, will not exceed sixty months.� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) code is 561210, size standard $41.5 million. The proposed procurement listed herein is a competitive 8(a) Small Business set-aside.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta SAM website around 14 September 2020.� 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 Jurmin Francis-Ross (jurmin.francis-ross@navy.mil)10 days prior to the RFP due date.� The site address is https://beta.sam.gov.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b3e1ec4adb4540dea7d18b297589e9c4/view)
- Place of Performance
- Address: Great Lakes, IL 60088, USA
- Zip Code: 60088
- Country: USA
- Zip Code: 60088
- Record
- SN05777830-F 20200830/200831093744 (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 |