Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2024 SAM #8093
SOLICITATION NOTICE

Z -- Base Operations Support (BOS) Services for Naval Air Station (NAS) Key West, Florida and outlying areas.

Notice Date
1/22/2024 11:32:55 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-24-R-0020
 
Response Due
2/5/2024 11:00:00 AM
 
Archive Date
12/28/2024
 
Point of Contact
Darrien Thomas, Cari Fiebach
 
E-Mail Address
darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil
(darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a Synopsis Notice for Base Operations Support (BOS) Services for Naval Air Station (NAS) Key West, Florida and outlying areas supported by this command. 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 Darrien Thomas, Contract Specialist, darrien.a.thomas.civ@us.navy.mil. The proposed solicitation number is N6945024R0020. This requirement includes all labor, operations, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Investment (including HVAC and Refrigeration, Automatic Doors, Fire Protection, Vertical Transportation Equipment, Exhaust Hoods and Ducts, and Water Testing and Treatment); Pest Control; and Utilities Management and other related services at NAS Key West, FL and outlying areas supported by this command. This requirement is performance based.� The proposed contract type is a single award Facilities Support Indefinite-Quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) Contract Line Item Numbers (CLINS).� It will be 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 $47.0M 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.� The base year 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 contract N6945022D0065, awarded in 2022.� 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. The proposed solicitation will be issued as a competitive 8(a) set-aside.� The Government will only accept offers from 8(a) certified firms.� 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. Offerors can view and/or download the solicitation, and any attachments, at https://sam.gov under �contract opportunities� when it becomes available.� The anticipated date of RFP issuance is on or after 05 Feb 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5355da8886144cfa488e0f001e01e63/view)
 
Place of Performance
Address: Key West, FL, USA
Country: USA
 
Record
SN06941350-F 20240124/240122230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.