SOLICITATION NOTICE
S -- Global Contingency Services Contract (GCSC)
- Notice Date
- 7/30/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274210R3510
- Response Due
- 10/1/2010
- Archive Date
- 8/31/2011
- Point of Contact
- Susan Silva-Quizon (808) 474-4708 Allison Evans: allison.evans@navy.mil, (808) 474-4553
- E-Mail Address
-
Global Contingency Services Contract
(GCSC@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation is for a Global Contingency Services Multiple Award Contract with incidental construction. The Government will issue the solicitation on an unrestricted basis with full and open competition. The North American Industry Classification System (NAICS) code for this procurement is 561210 and the annual size standard is $35.5 million. Approximately three (3) contracts may be awarded, unless it is determined that a number more than three (3) is in the best interest of the Government. The Government intends to award Indefinite-Delivery, Indefinite-Quantity, multiple award contracts with the capability to issue Cost-Plus Award Fee (CPAF) and Firm Fixed Price (FFP) task orders. The contractor will be responsible for providing short-term facility support services in support of natural disasters, humanitarian efforts, the full range of military actions, incumbent contractor's non-performance (i.e., default or bankruptcy) or potential breaks in service such as when a protest is received on a solicitation or as a short term solution while a long term contract is being developed. Due to the contingency nature of the services, the contractor will be required to provide any combination of work identified in the Navy Installation Management Accounting Project (IMAP) Model 2010 to include Command and Staff; Public Safety; Air Operations; Port Operations; Ordnance; Range Operations; Health Care Support; Supply; Personnel Support; Morale, Welfare and Recreation Support; Galley; Housing; Facilities Support; Utilities; Base Support Vehicles and Equipment; and Environmental. Potential customers for this contract extend to other federal agencies outside the Department of Defense when authorized. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The Government will not issue a synopsis when exercising the option(s). 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 estimated maximum dollar value, including the base year and all options, for all contracts combined is $900,000,000. Task orders will range between $2,500 and $450,000,000 and will be competed among contract awardees. The only work authorized under this contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $100,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The best value source selection process to be used for this procurement is the trade-off analysis process as described in FAR 15.101-1. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, cost and technical factors considered. The technical evaluation factors are as follows: (A) Corporate Experience; (B) Past Performance; (C) Management and Technical Approach; (D) Small Business Utilization; and (E) Sample Task Order. The offeror's Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The Government may award a contract without conducting discussions; therefore, the Offeror's initial proposal shall contain its best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. Large business concerns are required to submit a subcontracting plan with their proposal. Small business concerns are required to submit a small business subcontracting plan or subcontracting breakdown with their proposal. Proposals received from all responsible sources shall be considered. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available on or about 16 August 2010. The RFP is available in electronic format only. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. All technical/contractual questions must be submitted in writing to: GCSC@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. Important Notice: Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. A one-time pre-proposal conference is scheduled for Tuesday, 31 August 2010 from 9:30 a.m. to 12:00 p.m. and will be held at the Ford Island Conference Center, Bldg. 89, Pearl Harbor, HI. ATTENDEES MUST PRE-REGISTER BY EMAIL TO GCSC@navy.mil. Please submit your company name, the personnel (to include their name, title, email address, phone number, and driver's license or state i.d. number) of those anticipated to attend and the following vehicle information (make, model, type, color and license number) by Tuesday, 24 August 2010 to GCSC@navy.mil. For foreign nationals, ensure you provide passport identification number and date of birth. Failure to submit the required information will cause delays in obtaining access onto Ford Island of the day of the conference and will require that you obtain a one-day pass at the Naval Station Pass & I.D. office. Please submit the required pre-proposal conference information on the attached spreadsheet.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R3510/listing.html)
- Record
- SN02223296-W 20100801/100730234523-09ea5c63afaddda09969676cbb2c5877 (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 |