Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

R -- Professional services in support of Naval Facilities Engineering Command (NAVFAC) DoN�s Real Property Management System (iNFADs), and DoN�s Financial Management Systems

Notice Date
12/9/2019 11:34:25 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508 USA
 
ZIP Code
23508
 
Solicitation Number
N62470-20-R-5000
 
Response Due
12/24/2019 11:00:00 AM
 
Archive Date
01/08/2020
 
Point of Contact
Rochelle Lee, Phone: 757-322-4182, Fax: 757-322-4166, Linda Stein, Phone: 757-322-4489, Fax: 757-322-4166
 
E-Mail Address
rochelle.lee@navy.mil, linda.stein@navy.mil
(rochelle.lee@navy.mil, linda.stein@navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
On or about December 23, 2019, Naval Facilities Engineering Command, Norfolk, VA intends to issue a Request for Proposal (RFP) for a Labor Hour Contract. The closing date for receipt of proposals will be indicated on the solicitation. The solicitation will be set-aside for women owned small business. The North American Industry Classification System (NAICS) is 541611, Professional, Administrative and Management Support Services with a Size Standard of $15,000,000. The Government intends to award an Indefinite Delivery Indefinite Quantity contract with provisions to include Firm Fixed- Price task orders. The contract will have a base year and two (2) one-year option periods. The total maximum value for the contract is Not-to-Exceed $40,000,000. The Government will give fair consideration to all offerors when placing the award based on criteria stated in the solicitation.The solicitation will utilize source selection procedures in accordance with FAR part 15, (Best Value/Tradeoff process), which require offerors to submit a technical proposal and a price proposal for evaluation by the Government. The contractor will bring best business practices from the private sector to assist the DoN with all aspects to manage all real property, from initial acquisition and receipt, through accountability and custody, until formally relieved of accountability (i.e. through disposition, or through a completed evaluation and investigation for property loss). This includes any system support to Navy’s real property management system (iNFADS), Regional Shore Installation Management System (RSIMS), ieFACMAN, InventoryRES, and financial management systems (FIS, SABRS, CEFMS, Navy ERP). The work includes technical advisory services to the NAVFAC headquarters and the NAVFAC component commands for the purpose of providing professional services and support in the accountability of real property to include physical inventory and financial impacts.The contractor will provide innovative recommendations to changing circumstances consistent with the DoN approach; assisting and drafting procedural guidance; recommend strategies to respond to a variety of stakeholders; prepare briefings; participate in meetings; and provide information technology support for databases, web-enabled solutions and other information resources as necessary for capturing reporting data, benchmarking future decision making, and institutionalizing lessons learned.The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. Offerors should not assume they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact offerors to clarify aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary. If discussions are conducted offerors in the competitive range may be afforded the opportunity to revise their proposals. The Government may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. When issued, the solicitation will be available in electronic media only and can be downloaded free of charge via the Internet World Wide Web at https://beta.sam.gov under pre-solicitation notice N62470-20-R-5000. There will be no paper copies of the solicitation issued. Amendments, if needed, will be posted on https://beta.sam.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in the System for Award Management (SAM) https://beta.sam.gov in order to participate in this procurement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a889ff2d5a3c414d9b3429cf9f37a3c0/view)
 
Place of Performance
Address: 50700, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05511913-F 20191211/191209230248 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.