Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

S -- Philippines Operations Support Contract (POSC) III

Notice Date
2/16/2016
 
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
N6274216R3580
 
Response Due
6/13/2016
 
Archive Date
6/12/2017
 
Point of Contact
Valerie Kop Choy (808) 474-8891 Valerie Kop Choy (808) 474-8891; Susan Silva-Quizon, Contracting Officer (808) 474-4708
 
E-Mail Address
NFPACQ23-Box5@navy.mil
(NFPACQ23-Box5@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation is for a Philippines Operations Support Contract (POSC) for U.S. Forces operations within the designated Joint Operation Area (JOA) and Manila in the Republic of Philippines. Future work may include support within South Asia. Services including facility and logistics support services shall be provided primarily at, but are not limited to the cities of Manila and Zamboanga. The procurement method is contracting by negotiation. 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 $35,500,000. The Government intends to award a Cost-Plus-Incentive Fee (CPIF) contract. The anticipated operations services to be performed may include, but are not limited to, Management and Administration, Command and Staff, Public Safety, Air Field Facilities/Air Terminal, Ordnance (Operations Support), Supply, Morale, Welfare and Recreation, Galley, Billeting Management, Facility Support, Utilities, Base Support Vehicles and Equipment, and Environmental. This is a follow-on acquisition for services which are currently being satisfied under the Philippines Operations Support (POS) Services Contract II, N62742-12-C-3525. The contract was awarded by NAVFAC Pacific on 4 June 2012 to DynCorp International LLC (DI) with a target cost of $198 million. The contract was awarded as a Cost-Plus-Incentive-Fee (CPIF) contract with a one year base period plus four 12-month option periods. The contract is currently in its third (3rd) Option Period (1 July 2015 through 30 June 2016). The contract expires on 30 June 2017. The contract period of performance is anticipated to consist of a twelve-month base period (to include a three-month mobilization/phase-in period) and four (4) 12-month option periods. 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) Corporate Experience; (3) Technical Approach; (4) Staffing and Key Personnel; and (5) Occupational 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 29 February 2016. 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-Box5@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 one-time pre-proposal conference is scheduled for the morning of 19 March 2016 in Makati City, Manila, in the Republic of the Philippines. The exact location of the pre-proposal conference will be provided at a later date. There is no limit on the number of attendees to the pre-proposal. A one-day site visit in Manila is scheduled for the afternoon on 19 March 2016. The exact locations(s) for the Manila site visit, as well as the location and meeting place for pickup of attendees will be provided in the RFP. Due to unique logistical considerations, only two (2) attendees from each firm will be allowed to attend the Manila site visit. A two-day site visit in Luzon, in the Republic of the Philippines will be held on 20 and 21 March 2016. The exact location(s) for Luzon site visits, as well as the location and meeting place for pickup of attendees will be provided in the RFP. Due to the unique logistical considerations, only one (1) attendee from each firm will be allowed to attend the Luzon site visits. Additional one-day site visits in Zamboanga will be held 22-24 March 2016. A maximum of 10 attendees per site visit will be allowed to participate. Due to the unique logistical considerations, only one (1) attendee from each firm will be allowed to attend the Zamboanga site visit. Additional days may be added depending on the total number of firms attending. Attendees are responsible for their own travel arrangements to arrive at the Zamboanga International Airport on the date they are scheduled for the one day tour. Zamboanga site visit attendees will be emailed their assigned site visit date at a later date. The Government representatives will meet the site visit attendees at the Zamboanga Airport and will provide Ground Transportation for the site visit. Attendees will be returned to the Zamboanga airport at the end of the site visit. The pre-proposal conference and each site-visit request MUST include the following information for each attendee(s): full name, name of firm representing, position/title, telephone number and e-mail address. Requests NEED to specifically state whether the representative(s) will be attending the pre-proposal conference, which site visits or both. The Government may request additional information for site visit attendees if required, which will be requested prior to pre-proposal conference/site-visit. Additional information will be provided to the registered conference/site visit attendees. Parties interested in attending the pre-proposal conference/site visit MUST PRE-REGISTER by submitting a request via email to NFPACQ23-Box5@navy.mil no later than 2:00 p.m. Hawaii Standard Time (HST) on 18 February 2016. Failure to submit all required information by 18 February 2016, at 2:00 p.m. (HST) will preclude a firm ™s eligibility to participate in the pre-proposal conference and site visit(s). 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/N6274216R3580/listing.html)
 
Record
SN04020467-W 20160218/160216234154-79a6c03298bed2c4828ff04427575248 (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.