SOLICITATION NOTICE
S -- Global Contingency Support Multiple Award Contract (GCSMAC) II
- Notice Date
- 8/14/2015
- 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
- N6274215R3550
- Response Due
- 11/30/2015
- Archive Date
- 11/29/2016
- Point of Contact
- Eric Oshita (808) 474-2490 Eric Oshita (808) 474-2490; Susan Silva Quizon (808) 474-4708
- E-Mail Address
-
NFPACQ23-Box3@navy.mil
(NFPACQ23-Box3@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The solicitation is for a Global Contingency Multiple Award Contract with incidental construction in various locations worldwide. The solicitation will be advertised on an unrestricted basis inviting full and open competition. The North American industry Classification System (NAICS) Code for this procurement is 561210 and the annual size standard is $38.5 million. Approximately five (5) contracts may be awarded, unless it is determined that a number more than five (5) 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 Firm-Fixed-Price (FFP) and Cost-Plus-Award-Fee (CPAF) task orders. The contractor will be responsible for providing short-term contingency Facility Support Contract/Base Operating Support (FSC/BOS) services in various locations throughout the world, in support of natural disasters, humanitarian efforts, the full range of military actions and will also represent a temporary solution to interruptions in other long-term services contracts for similar services such as an incumbent contractor ™s non-performance (i.e., default or bankruptcy) or potential breaks in service between awards of successive contracts such as for a protest or 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 2014 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. The anticipated operations services to be performed include, but are not limited to, Management and Administration, Command and Staff, Security Operations, Facility Support, and Utilities. 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 seven (7) potential 12-month option periods for a total maximum duration of 96 months. The Government will not issue a synopsis when exercising the option(s). Offerors can view and/or download the solicitation, and any attachments, at https://neco.navy.mil/ when it becomes available. All responsible sources may submit a proposal in response to the solicitation, which shall be considered. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a cost proposal for evaluation by the Government. 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. The Offerors Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The anticipated technical evaluation factors are as follows: (1) Past Performance; (2) Management; (3) Small Business Utilization; and (4) Safety. The Government intends to award the contract without discussions in accordance with FAR 52.215-1. However, the Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be issued on or about 15 days from the date of this notice. The Request for Proposal (RFP) will be posted on the Navy Electronic Commerce Online website at https://neco.navy.mil/ on or about 31 August 2015. THE SOLICITATION WILL BE 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 AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. Once the RFP has been posted, all technical/contractual questions must be submitted in writing to: NFPACQ23-Box3@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Previously, offerors were required to register in the Central Contractor Registration (CCR) database and 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) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. If the offeror previously had an active CCR/ORCA account the offerors information has automatically been incorporated into the SAM database. 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 pre-proposal conference is projected to occur during the week of 14 September 2015 in Honolulu, Hawaii. The exact dates and location of the pre-proposal conference will be provided in the RFP. Parties interested in attending the pre-proposal conference MUST PRE-REGISTER by submitting a request via email to NFPACQ23-Box3@navy.mil no later than 4:00 p.m. Hawaii Standard Time (HST) on 2 September 2015. Attendees are responsible for their own travel arrangements. Each pre-proposal conference request must include the following information: company name, the personnel (to include their Last Name, First Name, Middle Initial, Social Security Number, Citizenship, Gender, and Immigration or Passport Number (if applicable)) of those anticipated to attend and the following vehicle information (make, model, type, color and license number). For foreign nationals, ensure you provide passport identification number and date of birth. This information is required to obtain a one-day pass at the Naval Station Pass and I.D. office. Failure to submit all the required information by 2 September 2015 at 4:00 p.m. HST will cause delays in obtaining access onto the military installation the day of the conference and will preclude a firm ™s eligibility to participate in the pre-proposal conference. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R3550/listing.html)
- Record
- SN03838999-W 20150816/150814234752-98040a6377430dab485ae41d733d6734 (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 |