Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
MODIFICATION

S -- Title: BOSS for Midway Atoll NWR

Notice Date
6/30/2016
 
Notice Type
Modification/Amendment
 
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
7/12/2016
 
Archive Date
7/27/2016
 
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 is 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 for a base and four option years. 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: The presolicitation notice for this requirement was posted to FedBizOpps on April 13, 2016. The plane to Midway has limited seating so only one person per 8(a) firm will be allowed to fly to Midway Atoll NWR. Responses from interested 8(a) firms were due by May 5, 2016 to the Contracting Officer (Karl Lautzenheiser at karl_lautzenheiser@fws.gov). Those interested 8a contractors that responded and that are on the current list will be required to pay by check or credit card, $3,774.00 to the U.S. Fish and Wildlife Service before leaving Midway to cover the round trip flight to Midway, plus meals and lodging at Midway. Those contractors will also be required to have passports. Questions will be requested for submission to karl_lautzenheiser@fws.gov by close of business on June 14, 2016. 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 also be incurred by the interested 8(a) firm. The Contracting Officer will be providing more specifics to the 8a firms signed up to attend the site visit. ** 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 May 18, 2016 with receipt of proposals due by 3 PM PDT on July 12, 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. 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
SN04168976-W 20160702/160701000536-9e4b8daecc7f43ce34bb14ced63f3088 (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.