Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
DOCUMENT

M -- OPERATION OF GOVERNMENT OWNED SERVICES - SITE ACTIVATION BASE OPERATING SUPPORT SERVICES (BOS) FOR U.S. NAVAL SUPPORT FACILITY (NSF), SLUPSK, POLAND. - Attachment

Notice Date
1/26/2015
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,Italy
 
Solicitation Number
N3319115R0812
 
Response Due
2/5/2015
 
Archive Date
2/5/2017
 
Point of Contact
Government POC:
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential Offerors for market research purposes. This is a SOURCES SOUGHT NOTICE to identify companies with the capacity, experience, and interest in competing for the subject contract. The work shall be performed at the US Site located on Slupsk AB, Poland. Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at Slupsk Air Base (AB), Poland. The PWS is organized into annexes. Annex 1 is General Information. Annex 2 contains the on-site project management and administration requirements. Annexes 3 through 18 contain the technical requirements. Annex 1 General Information Annex 2 Management and Administration Annex 3 Command and Staff, to include the following sub-annex: ­Sub-Annex 0300000 Command/Staff Support Annex 4 Public Safety, to include the following sub-annexes: ­Sub-Annex 0402000 Fire and Emergency Services ­Sub-Annex 0403000 Emergency Management Annex 5 Air Operations (N/A) Annex 6 Port Operations (N/A) Annex 7 Ordnance (N/A) Annex 8 Range Operations (N/A) Annex 9 Health Care Support (N/A) Annex 10 Supply, to include the following sub-annexes: ­Sub-Annex 1001000 Material Management ­Sub-Annex 1002000 Supply Services Annex 11 Personnel Support (N/A) Annex 12 Morale, Welfare and Recreation Support (N/A) Annex 13 Galley Annex 14 Housing, to include the following sub-annex: ­Sub-Annex 1402000 Unaccompanied Housing Annex 15 Facilities Support, to include the following sub-annexes: ­Sub-Annex 1502000 Facility Investment ­Sub-Annex 1503010 Custodial ­Sub-Annex 1503020 Pest Control ­Sub-Annex 1503030 Integrated Solid Waste Management ­Sub-Annex 1503050 Grounds Maintenance and Landscaping ­Sub-Annex 1503060 Pavement Clearance Annex 16 Utilities, to include the following sub-annexes: ­Sub-Annex 1602000 Electrical ­Sub-Annex 1604000 Wastewater ­Sub-Annex 1606000 Water Annex 17 Base Support Vehicles and Equipment Annex 18 Environmental The proposed business arrangement for this requirement will be a Cost Plus Award Fee (CPAF) contract (FAR Part 16.405-2 Cost-plus-award-fee contracts, 16.401 e (2) Award-fee amount) and the procurement will be subject to 48 CFR 9904 - Cost Accounting Standards (CAS), all the applicable Cost Accounting Standards Board (CASB) Rules and Regulations as well as FAR Part 31 “ Contract Cost Principles and Procedures. Major evaluation factors are Non-Cost and Cost. The anticipated technical evaluation factors are as follows: (1) Corporate Experience; (2) Technical/Management Approach; (3) Safety; and (4) Past Performance. 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 non-cost/price factors considered. Cost proposals shall be evaluated for completeness, cost reasonableness and cost realism. The Offerors Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. One or more of the following may also apply: - Proposal Audit DCAA Prior to Award - CAS Review DCAA Prior to Award - CAS Disclosure Statement Contractor Prior to Award - DCMA Disclosure Statement of Adequacy DCMA Prior to Start of Execution - Approved Billing System DCAA Prior to Start of Execution - Annual DCAA Audit - Tri-Annual CAS Review DCAA Every 3 years The contract term will be one (1) base period with a potential of two (2) one-year option periods and two (2) six-month options on the third year. The NAICS code is 561210, Facility Support Services. Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company ™s experience in performing Base Operations Support Service Contracts as the prime contractor in the last five years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Your submission is limited to two pages. All information is to be submitted at no cost or obligation to the Government. Please note that Request for Information will be entertained at this point. All responsible interested sources are encouraged to submit their information no later than February 5th, 2015 to Ms. Esma Erisen via e-mail at esma.erisen@eu.navy.mil with a copy to Mr. Paul Heavey at paul.heavey@eu.navy.mil Enclosure 1: Site Map
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319115R0812/listing.html)
 
Document(s)
Attachment
 
File Name: N3319115R0812_Site_Map.pdf (https://www.neco.navy.mil/synopsis_file/N3319115R0812_Site_Map.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3319115R0812_Site_Map.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03624918-W 20150128/150126234737-29c0ebbe1d9e1d2f06da1519e7eed4b6 (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.