Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
MODIFICATION

Z -- Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.

Notice Date
5/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R1186
 
Point of Contact
LeeArjetta W. Hamilton 757-341-1971
 
E-Mail Address
leearjetta.hamilton@navy.mil
(leearjetta.hamilton@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an FFP/IDIQ Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor shall provide all labor, management, supervision, tools, material and equipment necessary to provide Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The work includes but is not limited to: Facilities Support Services such as Fire Protection, Supervisory Control and Data Acquisition System, Overhead Doors, Exhaust Hoods Suppression System, Dock Levelers, Swimming Pools/Equipment, Power Automatic Doors, Disabled Access Swing Doors, SCADA System for Boilers, Plymo-Vent System, Pool Operator Maintenance, Water Treatment, Maintenance and Repair of Leased Vehicles. Facility Planning and Asset Management Services including, but not limited to, work control, service call reception, Condition Based Maintenance Management (CBMM)/Infrastructure Condition Assessment Program (ICAP) support, Regional Shore Installation Plan (RSIP) support, Basic Facility Requirements (BFR) determination, Space Management Planning, Real Property Records Maintenance, Real Estate Management support and Technical Library Operation, Preventive Maintenance (PM) inspection of systems and equipment and other Restoration and Modernization (SRM) work and Base Support Vehicles and Equipment (BSVE). The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 “ Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Management Approach, Factor 2 “ Recent, Relevant Experience of the Firm, Factor 3 “ Safety and Factor 4 “ Past Performance. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A maintenance service contract with a yearly value of at least $700,000 or greater for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide maintenance and repair services to a wide variety of systems and equipment, including but not limited to electrical, mechanical, lighting, hydraulic, Fire Protection, Overhead Doors, Supervisory Control and Data Acquisition System, Dock Levelers, Swimming Pools/Equipment, or other as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to pest control, locksmith services, and other services that may be typical of a base operating services contract. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of vehicles, equipment, and systems at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210, the size standard is $38.5M. The proposed procurement will be solicited as a competitive 8(a) business concerns. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 08 June 2018. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to LeeArjetta W. Hamilton (leearjetta.hamilton@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1186/listing.html)
 
Place of Performance
Address: Naval Station Newport (NAVSTA), Newport, RI
Zip Code: 02841
 
Record
SN04935303-W 20180527/180525230706-b2901ae2b3c12f2e5a95b4201214512f (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.