Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOURCES SOUGHT

S -- Base Operating Service Contract at Camp Lemonnier, Djibouti

Notice Date
9/21/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
 
ZIP Code
00000
 
Solicitation Number
N33191XXRXXXX
 
Response Due
10/20/2010
 
Archive Date
11/30/2010
 
Point of Contact
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe, Africa, Southwest Asia (NAVFAC EURAFSWA) PSC 817 Box 51, FPO, AE 09622
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST OR SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS NOTICE. CURRENTLY THERE IS NOT A SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE. A solicitation number will be announced should a formal pre-solicitation notice be published at a later date. The purpose of this notice is only to gain information regarding interest, capabilities and qualifications of potentially interested large and Small Business contractors. The responses to this sources sought notice will be considered when making acquisition planning decisions. As this requirement will be performed entirely outside the continental United States, this acquisition is intended to be solicited on an unrestricted basis. NAVFAC EURAFSWA is seeking potential sources for a combination Firm Fixed Price/Indefinite Quantity Base Operations Support (BOS) services contract with a base performance period and four (4) one-year option periods. There may also be the potential to earn three (3) additional one-year award option periods. The total contract duration is not intended to exceed ninety-six (96) months. There is a projected 3-month phase-in period in advance of the anticipated start date for services of 01 April 2012. The scope of work will be to provide all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation to provide BOS services at Camp Lemonnier, Djibouti ( CLDJ ), Africa and Manda Bay, Kenya. The scope of the requirement will include Security Operations; Fire/Emergency Services, Air Operations, Ordnance management activities, supply operations, laundry services, Morale Welfare and Recreation (MWR) services, galley services, housing operations, facility support services (Facilities Investment, Janitorial Services, Pest Control, Refuse Collection, and Road maintenance), Utility Production and Distribution (Electrical Power, Wastewater Treatment, and Potable Water), Base Support Vehicles Equipment (BSVE) management, and Environmental Services. Estimated contract value for the eight-year maximum contract period is $500M-$700M. The NAICS code for this procurement is 561210. This is not a request for proposal and no solicitation is available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information in response to this sources sought notice. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. Submit your capability statement to include: A) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; B) positive assertion indicating registration in the Department of Defense, Central Contractor Registration (CCR) database (http://www.ccr.gov); C) a brief narrative of past experience in projects of similar size, scope and complexity, citing dollar value and whether or not your company was the prime contractor or a subcontractor; D) Explain what procedures you would employ to ensure you can meet schedule and performance requirements of a large BOS contract in a remote location. Responses must be submitted in electronic form and may be attached to an email addressed to andrew.harris@eu.navy.mil. Emails shall be no more than 10MB in size. The due date for responses is OCTOBER 20, 2010. Identify in the subject line of your response: "CLDJ BOS CONTRACT". Any questions regarding this announcement may be submitted via email to andrew.harris@eu.navy.mil. Please ensure, as a minimum, the following items are addressed in your response: 1. Company size under NAICS Code 561210, Facilities Support Services? 2. Does your company regularly engage in the business of providing Base Operations Support (BOS) Services? ___Yes ___ No 2(b) If so, please list the specific types of tasks/services provided. 2(c) How long has your company provided these types of facilities support services? 3. Please list any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, type, annual award amount, final contract amount and references with name and phone number. 3(b) Which of these are Performance Based Service Agreements? 3(c) For each of these contracts, identify the types of Service Calls, Preventive Maintenance, Indefinite-Delivery, Indefinite-Quantity functions performed; and whether your firm was the prime or subcontractor by function. 3(d) Were these contracts awarded competitively? If not, list those which were not. 3(e) Was award for these contracts made under formal source selection procedures? 3(f) Has your company performed or/is it currently performing these efforts successfully? (Indicators of past performance as measured by percentage of award fee earned or past performance ratings obtained; the volume of Contract Discrepancy Reports, deductions, terminations for default/cause, Cure/Show Cause Notices, or Option Periods not exercised due to poor performance.) 4. Does your company normally submit proposals as its own business entity, or as a joint venture when competing for similar types of work? When competing as a joint venture, list those firms with whom you were affiliated. 5. On the average, what percentage of the total effort does your company normally subcontract for the type of work proposed that is similar in size, scope and complexity? 6. What specific portions of this type of effort would your company elect to subcontract? 7. Does your company make it a policy and practice to seek out small disadvantaged and women-owned businesses for consideration in awarding subcontracts? 8. Has your company performed work in this geographic area and is your company familiar with the demographic, economic and labor profiles of the area? 9. Where would you plan to obtain your labor force to perform this type effort in the area? 10. What is the likelihood of you proposing on this contract? 11. How many solicitations have you submitted proposals on during the last year?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N33191XXRXXXX/listing.html)
 
Record
SN02291731-W 20100923/100922000156-469490b99cdf09fc7b0e24b4ca4cd369 (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.