Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOLICITATION NOTICE

S -- Navy Expeditionary Forces Regional Services Contract II - Base Operations Support (BOS) Services in Various Locations in the Southeast Asia, South Asia, and Oceania Region.

Notice Date
2/13/2024 5:07:16 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-24-R-3570
 
Response Due
2/29/2024 12:00:00 PM
 
Archive Date
03/15/2024
 
Point of Contact
Vanessa Menor, Phone: 8084713427, Matthew Moses, Phone: 8084742490
 
E-Mail Address
Vanessa.l.menor.civ@us.navy.mil, matthew.s.moses.civ@us.navy.mil
(Vanessa.l.menor.civ@us.navy.mil, matthew.s.moses.civ@us.navy.mil)
 
Description
This contract action is for Naval Expeditionary Forces Regional Contract (NEFRSC) II to provide support services for Department of Defense components (e.g., Naval Mobile Construction Battalions (NMCB), Naval Expeditionary Combat Command Pacific (NECCPAC), Explosive Ordnance Detachment (EOD) Group One, Maritime Expeditionary Security Force, 7th and 9th Engineering Support Battalion (ESB), etc.) conducting humanitarian assistance, civic assistance, construction projects, contingency efforts, supporting various exercises (i.e., Pacific Partnership, Balikatan, CARAT, etc.), and supporting other projects located at various locations in Southeast Asia, South Asia, and Oceania.� This solicitation will be advertised on an unrestricted basis inviting full and open competition; however, all firms shall obtain all required permits, licenses, and authorization to perform work and comply with local laws and regulations in addition to the United States Department of Defense (DOD) requirements.� The North American Industry Classification System (NAICS) Code is 561210 and the applicable size standard is $47 million.� The Government intends to award a performance-based Cost-Plus-Incentive-Fee (CPIF), single award contract with Enduring (Life Support) and Non-Recurring (BOM/Exercise Support) services.� The anticipated FSC/BOS services to be performed include, but are not limited to, Management and Administration, Command and Staff (IT Support and Management), Public Safety (Force Protection), Supply and Material Management Services, Lodging (Lodging Support Services), Facility Support (Facility Management, Facility Investment, Facility Services, Pest Control), Utilities, Transportation, and Environmental.� This contract will replace Contract No. N62742-17-C-3570 awarded to DynCorp International, LLC (now Amentum Services Inc.). �The contract is currently in its seventh (7th) Option Period (01 January 2024 through 31 December 2024) and expires on 31 December 2024. The proposed contract term will be a maximum of 102 months for both enduring and non-recurring services, and includes a 3-month mobilization, 9-month base period, seven (7) 12-month option periods, 3-month de-mobilization and one (1) 6-month option to extend services period.� The 3-month demobilization will be performed concurrent with full performance of the last exercised option period or the Option to Extend Services period, or earlier as directed.� The contract will include FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) clause whereby options may be exercised in subsequent years for a total period not to exceed 102 months.� The contract will include FAR 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999). The Government will not issue a synopsis when exercising the option(s).� This solicitation utilizes source selection procedures which require offerors to submit a non-cost technical proposal and a cost proposal for evaluation by the Government.� The Government will evaluate proposals and select the best value offerors using the tradeoff source selection process requiring both non-cost and cost proposals.� Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, cost and non-cost factors considered.� The anticipated non-cost evaluation factors are as follows: (1) Past Performance; (2) Corporate Experience; (3) Technical Approach; (4) Staffing Resource Plan and (5) Safety.� The Government intends to award a contract without conducting discussions; therefore, the offeror�s initial proposal shall contain its best terms from a cost and non-cost standpoint.� The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.� The issuance date for the Request for Proposal (RFP) is 15 days or more from the date of this notice.� Proposals received from all responsible sources will be considered.� The RFP will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml and can be downloaded free of charge.� All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE.� Amendments and Notices will be posted on PIEE for downloading.� This will be the normal method of distributing amendments; therefore, it is the Offeror�s responsibility to check the website daily for any amendments and other information pertaining to this solicitation. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website.� Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: NFPACQ23-Box32@navy.mil.� In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE:� Offerors are required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to FAR 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018). �Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an offeror ineligible for award of DOD contracts.� A virtual pre-proposal conference will be held on 5 March 2024 via MS Teams.� The date of the pre-proposal conference may be subject to change.� Registration instructions will be provided in the RFP.� The purpose of the conference will be to familiarize prospective offerors with the extent and nature of the project, as well as the unique features of the proposal requirements.� A site visit is scheduled for 11 March 2024 � 15 March 2024 in Tinian and Palau.� Dates for the site visit may be subject to change.� Registration instructions will be provided in the RFP.� Attendees for the site-visit are responsible for making their own travel arrangements.� All costs for travel, meals and accommodations will be at the attendee�s expense. Additional information will be provided to the registered site visit attendees. Place of contract performance: Various countries in Southeast Asia, South Asia, and Oceania. Small Business set-asides are not applicable to the proposed acquisition:� N/A A sources sought notice (Navy Expeditionary Forces Regional Services Contract II � Base Operations Support (BOS) Services in Various Locations in the Southeast Asia, South Asia, and Oceania Region N62742-24-X-XXXX) for this procurement was posted September 29, 2023 on SAM, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition.� The Naval Facilities Engineering Systems Command (NAVFAC) Pacific, small business office concurs with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d70a9568964346fbafc6f68112b62f86/view)
 
Record
SN06964279-F 20240215/240213230042 (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.