Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOURCES SOUGHT

Z -- Regional Base Operating Support (RBOS) Contract

Notice Date
3/10/2008
 
Notice Type
Sources Sought
 
Contracting Office
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008008D0453
 
Response Due
3/26/2008
 
Archive Date
4/1/2008
 
Point of Contact
Ms. Lucinda Perkins, ph: (202) 685-1857, Fax 202-685-1788
 
E-Mail Address
lucinda.perkins@navy.mil
 
Description
NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON (NAVFAC WASHINGTON) IS SEEKING TO IDENTIFY POTENTIAL BUSINESSES CAPABLE OF PROVIDING BASE OPERATIONS SUPPORT FOR APPROXIMATELY SEVEN (7) SITES/ACTIVITIES IN THE NATIONAL CAPITAL REGION, TOTALLING APPROXIMATELY 4,312,000 SQUARE FEET WITH APPROXIMATELY 63 ACRES OF MAINTAINED GROUNDS. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUANCE OF A Request FOR Proposal (RFP). THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC WASHINGTON) TEAM, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. AN AWARD WILL NOT BE MADE ON OFFERS RECEIVED IN RESPONSE TO THIS NOTICE. IF THE SOLICITATION IS ISSUED, SOURCE SELECTION PROCEDURES WILL BE USED, WHICH WILL REQUIRE OFFERORS TO SUBMIT TECHNICAL EXPERIENCE, PAST PERFORMANCE, AND PRICE FOR EVALUATION. THE GOVERNMENT IS NOT RE SPONSIBLE FOR THE COST ASSOCIATED WITH ANY EFFORT EXPENDED IN RESPONDING TO THIS NOTICE. THE NAICS CODE FOR THIS PROPOSED PROCUREMENT IS 561210 (SIZE STANDARD IS APPROXIMATELY $32.5 MILLION PER CONTRACT YEAR). IF AWARDED, THE CONTRACT WILL CONSIST OF A BASE PERIOD AND OPTIONS TOTALING 60 MONTHS OF PERFORMANCE, AND POTENTIAL AWARD OPTIONS TOTALING 60 ADDITIONAL MONTHS. Desc: The successful contractor, to any forthcoming solicitation, shall perform Base Operations Support for a variety of Sites and Activities within the National Capital Region. Support requirements such as building Maintenance and Repair, Preventive Maintenance, Custodial Services, Grounds Maintenance, Refuse Services, Re-cycling Services, Hazardous Waste Removal and Clean-up, Secured Courier Services and Secured Escort Services. The Service Provider's staff shall maintain TS/SCI Level Clearances. The requirements are planned for a combination firm fixed price/IDQ contract. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will determine the feasibility and/or basis for NAVFAC Washington?s decision to establish this requirement as a competitive Business, competative Small Business, competitive 8a, HUB zone Small Business or Service Disabled Veteran Owned Small Business, set-aside and Disadvantaged Business with sub-contractors and vendors. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail, the firm?s capability of providing regional Base Operations Support Services throughout the National Capitol Region. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) indicate if the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database; (5) provide proof of licenses and bonding capacity; (6) information on relative past projects that best illustrate your qualifications for this contract. Of specific interest are multi-site projects (list up to 5 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing facility maintenance and repair as well as support services for military installations. Provide the following information for each project listed: a. contract number and project title; b. name of contracting activity; c. administrative contracting officer?s name, current phone number; d. contracting officer?s technical representative or primary point of contact name and current phone number; e. contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f. period of performance (start and completion date); g. annual award amount and final contract value; h. summary of contract work; (7) training/mobilizati on capability to get from award to start date; and;(8) sub-contract ma nagement, provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm?s capabilities to perform the defined work. The SOC must be on 8? x 11? standard paper and is limited to 20 single-sided pages (10-12 font), including all attachments).
 
Record
SN01528533-W 20080312/080310224824 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.