Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

S -- RENEWAL OF CUSTODIAL SERVICES AT U.S. COMMANDER FLEET ACTIVITIES (CFAY)

Notice Date
3/14/2018
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40084 NAVFAC FAR EAST, CORE EXECUTION TEAM PSC 473, Box 13, FPO AP 96349-0013 Building F60, Tomari-cho, Yokosuka Kanagawa 238-0001,
 
ZIP Code
00000
 
Solicitation Number
N4008418R0406
 
Point of Contact
SCHEHEREZADE ROUNDTREE 01181468164098
 
Small Business Set-Aside
N/A
 
Description
1. THIS IS A PRESOLICITATION NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BIDS NOR DOES IT RESTRICT THE GOVERNMENT IN ANY WAY TO AN ULTIMATE ACQUISITION APPROACH. READERS SHALL NOT CONSTRUE THIS NOTICE AS COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE AND DOES NOT OBLIGATE THE GOVERNMENT TO PAY FOR COSTS INCURRED BY DURING THE RFP PREPARATION. The Naval Facilities Engineering Command Far East, Core Execution Team (CET), intends to issue a Request for Proposal for Custodial Services for its facilities at U.S. Commander Fleet Activities Yokosuka (CFAY). 2. PLANNED SOLICITATION ISSUING DATE. On or about 29 MAR 2018. The Government does not intend to issue amendment(s) to this Pre-solicitation Notice if/when the planned solicitation issuing date is changed. Interested contractors can view and/or download the solicitation from Asia Navy Electronic Commerce Online (AsiaNECO) website at https://asia.neco.navy.mil when it becomes available. 3. Proposed Solicitation Number: N40084-18-R-0406, FSC Code: S201, NAICS Code: 561720 4. Hard copies of the solicitation will not be provided. It is the Contractor s responsibility to check the websites periodically for any amendments to this solicitation. All interested contractors shall register at the website https://asia.neco.navy.mil. 5. CONTRACT TYPE: The anticipated contract type is a firm-fixed-price (FFP), Indefinite Delivery / Indefinite Quantity (IDIQ), performance-based services contract, comprised of Recurring and Non-Recurring Work Items. 6. PROCUREMENT METHOD: The Government will utilize FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. 7. CONTRACT PERIOD: The anticipated contract period will be for a Basic Period of 12 months and four (4), 12-month Option Periods with a tentative start date of 01 AUG 2018. 8. LOCAL SOURCE RESTRICTIONS. This solicitation is intended only for local sources. Local sources are those persons or entities that, prior to award, are lawfully registered to conduct business in Japan. Proposals from non-local sources will not be considered under this solicitation in accordance with the provisions of the U.S.-Japan Status of Forces Agreement. 9. TENTATIVE SITE VISIT: A site visit is anticipated with specific details to be provided in the upcoming RFP. 10. CONTRACTOR LICENSING REQUIREMENTS. Prior to award of contract, offerors must be registered to do business in Japan and possess all valid permits and licenses as required by the contract. Offerors will be required to provide verification of such permits and licenses prior to award of the contract to the contracting officer if such information is not already on file with or available to the contracting officer. 11. STATUS OF FORCES AGREEMENT. The U.S. Government will not offer United States Official Contractor status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; nor will the U.S. Government certify any employees of a contractor as Members of the Civilian Component under Article I(b) of the SOFA. 12. SYSTEM FOR AWARD MANAGEMENT REGISTRATION. Offerors must be ACTIVELY registered in the System for Award Management (SAM) database to be eligible for award. For more information please go to https://www.sam.gov. Offerors shall complete the provisions associated with the annual representations and certifications identified in the Federal Acquisition Regulation (FAR) subpart 4.1202 and Defense FAR Supplement (DFARS) subpart 204.1202. Interested contractors are encouraged to register as soon as possible. 13. Interested firms are requested to provide the Naval Facilities Engineering Command Far East, Core Execution Team (CET), with capability statements including, at a minimum; (1) Company Name, DUNS Number and CAGE Code; (2) Mailing Address; and (3) primary and/or alternate Point of Contact information (i.e. phone/fax numbers and e-mail address). Capabilities statement should be submitted via e-mail to Ms. Scheherezade Roundtree, Contract Specialist, at scheherezade.roundtr@fe.navy.mil. However, any information submitted by respondents to this notice is strictly voluntary. 14. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME. No additional information (including technical data) regarding this procurement will be made available prior to the release of the final RFP. The point(s) of contact for this notice are Ms. Scheherezade Roundtree, Contract Specialist, whom can be reached at e-mail addressed stated above or Ms. Soledad Credo, Contracting Officer at email: soledad.credo@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008418R0406/listing.html)
 
Record
SN04853551-W 20180316/180314230902-285552b8500d9afe91aedade12626888 (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.