Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

V -- Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI.

Notice Date
2/26/2016
 
Notice Type
Presolicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416CPORT
 
Point of Contact
Kristen Moody 808-473-7500 Kristen.moody@navy.mil
 
E-Mail Address
kristen.moody@navy.mil
(kristen.moody@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reference Sources Sought Notice Number: N00604-16-C-PORT The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department intends to issue a Request for Proposal (RFP) for the Port Operations operating under Commander, Navy Region Hawaii (CNRH) located at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The North American Industry Classification System (NAICS) code for this procurement is 488310, Port and Harbor Operations with a size standard of $38.5M. These services are currently being performed under contract N68836-13-C-0042 by Metson Marine Services, Inc. Services in support of Port Operations at JBPHH will include, but are not limited to, equipment maintenance, equipment operation, inventory management, logistics support, booming, line handling, scuba diving services, trash removal, dockmaster pier setting for all Military Sealift Command (MSC) and commercial ship arrivals and departures, oil spill response and hazardous waste disposal. The anticipated contract duration will be a 90 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. Additionally, the intent of this presolicitation notice is for the NAVSUP FLCPH to provide market research feedback to industry resulting from the combination Sources Sought Notice and Industry Day Announcement (N00604-16-C-PORT) posted on NECO from 26 Oct 2015 through 23 Nov 2015. The notice was posted to determine the availability and capability of businesses to perform the Port Operations requirement. The Port Operations Industry Day was conducted on Thursday, November 12, 2015 on Ford Island, Hawaii. All interested firms were required to submit a Capabilities Statement in response to the sources sought by 23 November, regardless of Industry Day attendance. The Government determined that sufficient competition will likely be realized because there are enough interested small business concerns that can potentially provide quality service on a requirement of this size and scope. In consideration of the thorough market research conducted, NAVSUP FLCPH intends to solicit and award a commercial services contract for Port Operations support as a 100% total small business set-aside, utilizing firm-fixed price provisions and IAW FAR Part 12 Acquisition of Commercial Items and FAR Part 15 Contracting by Negotiations. The NAVSUP FLCPH Office of Small Business Programs concurs with this decision. The selection process will be conducted in accordance with FAR Part 15.101-2; offers will be evaluated through the lowest price technically acceptable source selection process. Responsible small business firms may submit a proposal in response to the forthcoming RFP, but are required to first register in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM. The RFP is anticipated to be issued on or about April 11, 2016. The RFP closing date and time will be specified in the RFP and will be no less than 30 days after the issuance of the RFP. The RFP, its attachments and any amendments will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and will also be available at http://www.fedbizopps.gov. Please register with the sites so that your firm will receive applicable emails. It is the sole responsibility of the offeror to frequent the websites for updates. The date, time, location, and requirements for a site visit will be specified in the RFP and conducted during the RFP period, if applicable. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from either website and to monitor the sites for any amendments to the RFP. An offeror s list will not be maintained by this office. No telephone, facsimile, or paper requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and any amendments prior to the due date and time for receipt of offers may render a vendor s offer as non responsive and will result in rejection. Any questions in regards to this notice must be submitted in writing via e mail to Kristen.moody@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416CPORT/listing.html)
 
Place of Performance
Address: Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN04032152-W 20160228/160226234026-cc78668d3e50582d6ebbc25ad7e9b3e2 (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.