SOLICITATION NOTICE
R -- March ARB, CA Base Operations & Support (BOS) Services Pre-solicitation
- Notice Date
- 12/5/2023 4:05:23 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA4664 452 MSG PK MARCH ARB CA 92518-1716 USA
- ZIP Code
- 92518-1716
- Solicitation Number
- FA466424R0001
- Response Due
- 1/4/2024 12:00:00 PM
- Archive Date
- 01/19/2024
- Point of Contact
- Jon D. Aaron, Phone: 9516553724, Victoria Boston, Phone: 9516555756
- E-Mail Address
-
jon.aaron@us.af.mil, victoria.boston@us.af.mil
(jon.aaron@us.af.mil, victoria.boston@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a Pre-solicitation Notice. �This notice does NOT constitute a request for proposal, request for quote or invitation for bid. �This notice includes the DRAFT Solicitation with Attachments. �NOTE: �Any dates or data presented in the DRAFT Solicitation are subject to change. The Attachments may or may not have the ""DRAFT"" watermark shown; however, they are in draft format at this time. March Air Reserve Base, CA has a requirement to manage and operate the Base Operations & Support (BOS) Services located at March ARB, CA. �The project scope is a service requirement to perform services in multiple functions to include Materiel Management, Ground Transportation and Vehicle Management, Traffic Management, Real Property Maintenance, and Fuels Management. �This contract will be subject to the Service Contract Labor Standards and Construction Wage Rate Requirements. The official solicitation will result in a contract being issued on an ALL or NONE basis to a single contractor. �Evaluation of offers will utilize Performance Price Tradeoff procedures IAW FAR 15.101-2 with an anticipated award date on or before 16 October 2024. The resulting contract will consist of a 60-day phase-in period, 12-month basic period, four (4) one-year contract periods and a six (6) months option period IAW FAR 52.217-8 and 52.217-9 that may be exercised at the discretion of the Government. �This effort is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. �The solicitation will be posted on SAM.gov. �All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc. to the solicitation will also be issued via SAM.gov. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A pre-proposal conference will be conducted at March ARB, CA with the date and time to be included in the official solicitation for this effort. �A maximum of two (2) individuals per contractor will be permitted to attend. �Full instructions for base access and any additional requirements will be provided within the official solicitation. NAICS 561210 Product Service Code: R706 Small Business Size $41.5M� Solicitation will be � Request for Proposal (RFP) Contract will be Firm-Fixed-Price with limited and select Time & Materials and Cost-No-Fee CLINs. NOTE: All contractors must be registered in the System for Award Management (SAM) program to receive a contract award from any DOD activity. �Contractors may access the Internet site at: https://www.sam.gov to register and/or obtain information about the SAM program. �No Foreign participation is allowed. The official solicitation is anticipated to be published sometime in January 2024 on SAM.gov at https://www.sam.gov. �Paper copies will not be available. �Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. �Questions may be submitted using the FA466424R0001 Questions and Answer Worksheet. �This worksheet will be used throughout the process and updated as often as necessary. �Any questions shall be forwarded to the Primary Point of Contact (POC) via email. It is anticipated that access to Controlled Unclassified Information (CUI) may be necessary.��Certain identified documents within the Technical Library are not suitable* for public release and will be made available upon request by emailing the Government POCs as identified in L1.4.�� *Note:� Effective 30 November 2020, the Defense Federal Acquisition Regulation Clause 252.204-7012 requires all Department of Defense contractors and subcontractors to implement cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in non-Federal Systems and Organizations. Your NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. �We would suggest you go to the SPRS homepage and use the vendor quick reference guides to help you complete the process. �There is also an SPRS support number on the bottom of the homepage that you can call for assistance with getting directions on how to complete the process. It is the responsibility of each Offeror to review the website for posting of amendments and updates or changes to current information.� Potential Offerors are encouraged to �follow� and/or �subscribe� for real time e-mail notifications and/or monitor SAM.gov and/or PIEE for updates to this solicitation. NOTE:� Any inquiries shall be made via email.� In the event, you do not receive an acknowledgement to the email, please phone the POC and leave a message as necessary. Primary point of contact (POC): Mr. Jon D. Aaron, Contracting Officer, Phone (951) 655-3724, e-mail: jon.aaron@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1548b6f4195749ee9ed4127f72b101c7/view)
- Place of Performance
- Address: March ARB, CA 92518, USA
- Zip Code: 92518
- Country: USA
- Zip Code: 92518
- Record
- SN06902666-F 20231207/231205230047 (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 |