Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2024 SAM #8354
SOLICITATION NOTICE

Z -- Base Operations Support (BOS) Services, Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS), Family Housing (FH)

Notice Date
10/9/2024 4:13:01 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274225R3722
 
Response Due
10/23/2024 4:30:00 PM
 
Archive Date
11/07/2024
 
Point of Contact
Auria Lee, Shelly Torres
 
E-Mail Address
auria.y.lee.civ@us.navy.mil, shelly.k.torres.civ@us.navy.mil
(auria.y.lee.civ@us.navy.mil, shelly.k.torres.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice serves as a PRE-SOLICITATION SYNOPSIS ONLY. �The solicitation will be available on or around Wednesday, October 23, 2024. This contract action is for Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS), Family Housing (FH) for various military installations in Guam. �This is a performance-based acquisition and will be solicited as a competitive 8(a) procurement. The North American Industry Classification System (NAICS) Code is 561210 and the applicable size standard is $47 million. �The Government intends to award a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), single award contract with Recurring and Non-Recurring Work. The outcomes for this acquisition are consistent with the Federal Acquisition Regulation (FAR) 37.101 definition of service contracts. The anticipated work includes, but is not limited to, Management and Administration, Family Housing Operations/Maintenance, Facility Management, Facility Investment, Custodial and Pest Control for family housing units, and all other various related housing facilities at various military installations, Guam.� The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide housing operations and maintenance and change of occupancy maintenance services. This contract will replace a contract for similar services awarded in 2024 to Global Pacific Design Builders not to exceed $39,162,546.37 (firm-fixed price portion) and $38,820,835.84 (indefinite quantity estimate), which included services for Family Housing and Unaccompanied Housing. �However, this solicitation involves HOMS and COMS for Family Housing only. �The contract was awarded as an FFP, IDIQ contract with recurring and non-recurring work.� The contract is currently in its Base Period. The proposed contract term will be a twelve (12)-month base period consisting of three (3)-months mobilization and nine (9)-months full performance, four (4) 12-month option periods, and one (1) 6-month option to extend services period to be up to five (5) months full performance and one (1) month demobilization. �The contract will include the Option to Extend the Term of the Contract � Services clause whereby options may be exercised in subsequent years for a total period not to exceed 66 months.� The contract will include FAR clause 52.217-8 Option to Extend Services.� 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 the Option to Extend Services clause.� The Government will not issue a synopsis when exercising the option(s). This solicitation utilizes source selection procedures which require offerors to submit a non-price technical proposal and a price proposal for evaluation by the Government. �The Government will evaluate proposals and select the best value offerors using the tradeoff source selection process requiring both non-price and price proposals. �Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. �The anticipated non-price evaluation factors are as follows: (1) Past Performance; (2) Corporate Experience; (3) Technical Approach; and (4) Safety. �The Government intends to award a contract without conducting discussions; therefore, the offeror�s initial proposal shall contain its best terms from a price and non-price standpoint.� The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.� The issuance date for the Request for Proposal (RFP) is 15 days or more from the date of this notice.� Proposals received from all responsible 8(a) sources will be considered.� The RFP will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and can be downloaded free of charge.� All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE.� Amendments and Notices will be posted on PIEE for downloading.� This will be the normal method of distributing amendments; therefore, it is the Offeror�s responsibility to check the website daily for any amendments and other information pertaining to this solicitation. �The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website.� Paper copies of the solicitation, amendments, drawings and maps will not be provided. �All technical/contractual questions must be submitted in writing to: NAVFAC_PAC_ACQ21_Box1@us.navy.mil, refer to the RFP, Section J, Written Question Form.� In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE:� Offerors are required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management. �Offerors are strongly recommended to review their information in SAM to be current and up to date. �Failure to register in SAM makes an offeror ineligible for award of DOD contracts. A virtual pre-proposal conference will be tentatively held in October or November 2024 via MS Teams.� Approximate date and registration instructions will be provided in RFP.� The purpose of the conference will be to familiarize prospective offerors with the extent and nature of the project, as well as the unique features of the proposal requirements.� It is information only and not a question and answer session. A site visit is tentatively scheduled for November or December in Guam 2024.� Approximate date and registration instructions will be provided in RFP.� Attendees for the site-visit are responsible for making their own travel arrangements.� All costs for travel, meals and accommodations will be at the attendee�s expense. �Additional information will be provided to the registered site visit attendees.� The proposed contract is limited to the Small Business 8(a) Development Program.� The Government will only accept offers from Small Business 8(a) concerns. Place of contract Performance: Guam A sources sought notice N62742-24-R-3711 for this procurement was posted on 05 December 2023 on SAM, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to set aside this procurement under the small business 8(a) program.� The NAVFAC Pacific small business office concurs with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dafed00d48124f5dab4bdb57301624fa/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN07237051-F 20241011/241009230101 (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.