SOLICITATION NOTICE
S -- Title: Base Operation Support Services (BOSS) for Midway Atoll National Wildlif
- Notice Date
- 4/13/2016
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181
- ZIP Code
- 97232-4181
- Solicitation Number
- F16PS00012
- Response Due
- 6/28/2016
- Archive Date
- 7/13/2016
- Point of Contact
- Duval, Wendy
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Requirement: Operation of Infrastructure and Airfield at the Midway Atoll National Wildlife Refuge. This will be a competitive requirement set-side to 8(a) firms only. From this solicitation a Base Operations Support Services (BOSS) and a separate Construction Task Order Contract (TOC) will be awarded to the Contractor. Both contracts will be five (5) multiyear contracts. The solicitation with clauses and the notice to offerors and various attachments will be available through the FedBizOpps web site (https://www.fbo.gov/). Applicable NAICS codes are 561210, 488119 and 238990. The small business size standard for these NAICS codes are as follows: 1) No more than 38.5 million annually for facility support services (NAICS code 561210); 2) No more than 32.5 million annually for airport operations (NAICS code 488119); and 3) No more than 15 million annually for all other specialty trade contractors (NAICS code 238990). Eligibility will be based upon the primary NAICS code of 561210 for facility support services. SITE VISIT: Due to the limited seating on the plane, it is currently anticipated that only one person per 8(a) firm will be able to fly to Midway Atoll NWR. Interested 8(a) firms must notify the Contracting Officer (Karl Lautzenheiser at karl_lautzenheiser@fws.gov) by May 5, 2016 if they are interested in flying to Midway and the individual must possess a passport. The site visit will last a couple of days. Questions will be requested for submission to karl_lautzenheiser@fws.gov within 2 days upon conclusion of the actual site visit. Questions received will be consolidated and answers provided by issuance of an amendment directly thereafter. All associated costs for this site visit (cost of the round trip to Honolulu with associated lodging, foods costs and any incidental expenses) will be incurred by the interested 8(a) firm. Additionally, two weeks prior to the site visit trip date (to be determined yet, but may be around early June 2016), interested 8(a) firms must provide a check in the amount of $3,410.00, made out to U.S. Fish and Wildlife Service for the round trip ticket to Midway Atoll. Firms will also pay the cost for food, lodging and bike rental by credit card to the current contractor, Defense Base Services Inc. (DBSI) while on Midway Atoll. Current rates for those services are $65.00 per day for food, $125.00 per night for lodging and $5.00 per day for bike rental. The Contracting Officer will provide notification to firms as soon as possible as to who will be able to attend the flight, flight schedule specifics and who the check should be sent to for the round trip cost from Honolulu to Midway flight. ** Please note that the flight schedule to Midway is dependent upon any weather delays that may occur. EVALUATION FACTORS FOR CONTRACTORS ATTENDING SITE VISIT: Evaluation factors (i.e., BOSS Mission Capability, Proposal Risk, Past Performance, Price and Task Order Contract Mission Capability, etc.) will be specified in the solicitation package. The solicitation package will be issued on or about April 29, 2016 with receipt of proposals due approximately by June 29, 2016. This will be a best value award where evaluation factors specified within the solicitation, when combined, will be considered significantly more important than price. Date for receipt of proposals is currently anticipated for late June 2016, but will be clarified on the actual solicitation issued. The former Central Contractor Registration (CCR) database and On-Line Representations and Certifications (ORCA) have migrated to the System for Award Management (SAM). Prior to award, contractor must be active in the SAM database now. Refer to the following web site: https://www.sam.gov/portal/public/SAM/. For questions, please email Karl_Lautzenheiser@fws.gov. All information must be received by USFWS, 911 NE 11th Ave., Portland, OR 97232 by the closing date posted on the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00012/listing.html)
- Record
- SN04082377-W 20160415/160413234144-f1aa426d5693cbfad1e587f157b14bda (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 |