SOLICITATION NOTICE
S -- NAS Corpus Christi and NOSC Harlingen MFSS
- Notice Date
- 10/28/2020 7:16:01 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-20-R-0052
- Response Due
- 11/6/2020 11:00:00 AM
- Archive Date
- 03/31/2021
- Point of Contact
- Angela K. McLean, Phone: 9045428207, Cari Fiebach
- E-Mail Address
-
angela.mclean@navy.mil, cari.fiebach@navy.mil
(angela.mclean@navy.mil, cari.fiebach@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a Solicitation for Multi-Function Support Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Navy Operational Support Center (NOSC) Harlingen, TX. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL� 32212. The primary point of contact is Angela McLean, Contract Specialist, (904) 542-8207. The proposed solicitation number is N69450-20-R-0052. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Investment, Custodial, Pest Control, Other (swimming pool), Grounds Maintenance and Landscaping, Wastewater, Water, and Base Support Vehicles and Equipment at NAS Corpus Christi, TX; NAS Kingsville, TX; and NOSC Harlingen, TX. This requirement is performance based.� The proposed contract type is a Facilities Support Indefinite-Quantity contract. It is being competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation.� The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $41.5M dollars. The contract term is anticipated to be a base period of one year plus four one-year option periods, for a total contract performance period not to exceed five years (60 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services.� These services are currently being performed under two separate contracts N69450-15-D-2115, awarded in 2015, for NAS Corpus Christi and NAS Kingsville, TX; N69450-16-D-5314, awarded in 2015, for NOSC Harlingen, TX. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. A sources sought notice for these services was posted to https://beta.sam.gov/ on 20 December 2019.� As a result of the market research, the Contracting Officer recommended soliciting as a competitive 8(a) small business set-aside. The NAVFAC Southeast Small Business Office and the Small Business Administration (SBA) Procurement Center Representative concur with the set-aside determination. As a result, the proposed solicitation will be issued as a competitive 8(a) set-aside.� The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8377f34c07484a72b61bc09114b6b524/view)
- Place of Performance
- Address: Corpus Christi, TX 78418, USA
- Zip Code: 78418
- Country: USA
- Zip Code: 78418
- Record
- SN05839827-F 20201030/201028230148 (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 |