Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

Z -- Facility Investment, Pest Control and Railroad services at Marine Corps Logistics Base (MCLB), Albany, Georgia

Notice Date
12/12/2019 10:24:14 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008519R9223
 
Archive Date
04/30/2020
 
Point of Contact
SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 a Facility Investment, Pest Control, and Railroad Services, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work at Marine Corps Logistics Base (MCLB), Albany, Georgia.The contractor shall provide all labor, management, supervision, tools, material and equipment necessary to provide Facility Investment, Pest Control and Railroad services at MCLB, Albany, Georgia.The work includes:Facility Investment ServicesThe Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following: Building and Structures: Interior and exterior finishes, Roofing, Foundation, Structural Components, Tanks and Pipelines.Building Systems: HVAC, Fire Protection, Vertical Transportation Equipment (VTE), Boilers (excluding Central Utility Plant Boilers), Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Grease Traps, Exhaust Hoods and Ducts, Exhaust Fans, Above Ground Storage Tanks and Underground Storage Tanks, Dust Collectors, Weight Scales, Force Protection Systems, Reverse Osmosis Systems, Water Softeners, Hot Water Heaters, Environment Stabilization Systems (ESS), (including remote monitoring/control systems and air dehydration units)Miscellaneous: Fences, Locksmith (all locks including Lockmaster Security Lock - LKM-7003 w/Mas x-09 Type 1F), Drainage Ditches, Monuments, Flag Poles, Unpaved Roads (gravel roads), Compressed Natural Gas Stations.Roads and Paved Surfaces: Traffic Control Devices, Bicycle Paths, Pedestrian/Jogging Paths, Striping, Curbs, Sidewalks, Parking Lots, Bridges, Drainage Systems, Outdoor Courts. Railroad Maintenance: Railroad Maintenance and Cleaning (Recurring): Develop Preventive Maintenance (PM) and Cleaning Program, Preventive Maintenance (PM) and Cleaning of Railroad Switches, Preventive Maintenance (PM) and Cleaning of Turntable Frogs, Preventive Maintenance (PM) and Cleaning of Derails, Preventive Maintenance (PM) and Cleaning of RR / CR Expansion Joints, Cleaning of Flange Ways, Vegetation ControlRailroad Maintenance and Cleaning (Non-Recurring): Railroad Rail Work, Ground Level Rail Work, Emergency Work.Pest Control ServicesThe Contractor shall provide pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control nuisance, structure damaging, disease vector, health arthropod and invertebrate pests: cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes and bedbugs. Vertebrate pests: mice, rats, bats, other nuisance mammals, pigeons and other nuisance birds. The work identified is to be provided by means of a Facility Services, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work.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 Recent, Relevant 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 $1.3M 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 all labor, management, supervision, tools, materials, equipment to perform Facility Investment Services to include: Railroad Maintenance & Cleaning Services, Pest Control Services, and other services as defined by the RFP. Complexity: Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands.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 requirement will be solicited as a Total Small-Business Set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the beta.sam website (https://beta.sam.gov/) on or about 13 December 2019. 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 Susan Roberts (susan.roberts2@navy.mil) 10 days prior to the RFP due date.Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta.Sam.GOV 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 on the beta.sam website (https://beta.sam.gov/). 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://beta.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ee01294b38f4d8a8514ee50a940c504/view)
 
Place of Performance
Address: 1052, GA, USA
Country: USA
 
Record
SN05515326-F 20191214/191212230307 (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.