Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

Z -- Base Operations Support (BOS) services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA.

Notice Date
2/16/2023 3:43:17 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0014
 
Response Due
2/28/2023 11:00:00 AM
 
Archive Date
03/15/2023
 
Point of Contact
Darrien Thomas, Cari Fiebach
 
E-Mail Address
darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil
(darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a solicitation notice for Base Operations Support (BOS) services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Darrien Thomas, Contract Specialist, darrien.a.thomas.civ@us.navy.mil. The solicitation number is N69450-23-R-0014. This requirement includes, but is not limited to, all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management; Other (Swimming Pools); Grounds Maintenance & Landscaping; Pavement Clearance; Electrical; Natural Gas; Wastewater; Water; and other related services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA.� The proposed contract type is a Facilities Support Indefinite-Quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) Contract Line Item Numbers (CLINS). It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $41.5M dollars. The contract term is anticipated to be a base period of one (1) year plus seven (7) one-year option periods, for a total contract performance period not to exceed eight (8) years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six (6) months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. The proposed solicitation will be issued as a total small business set-aside. The Government will only accept offers from small business certified concerns. The site visit is scheduled for Tuesday and Wednesday, 24 & 25 January 2023, at Naval Air Station Joint Reserve Base (NAS JRB) New Orleans, LA. All attendees must register with the Contracting Office to gain access to the base for the site visit. Attendees are limited to (2) two representatives per company. To register, all contractors must submit the name, company represented, and phone number for all personnel who will be attending the site visit to darrien.a.thomas.civ@us.navy.mil and cari.l.fiebach.civ@us.navy.mil no later than 2:00 PM EST on Friday, 20 January 2023. No questions will be answered at the site. All questions should be submitted in writing to the Contracting Officer point of contact at: darrien.a.thoma.civ@us.navy.mil with a copy to cari.l.fiebach.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 1 February 2023. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945023R0014 GPIF.xls). Amendment 0001 issued 2/8/2023 to provide Site Visit Brief and Sign-in Sheet. Amendment 0002 issued 2/16/2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5ced9526d2f4bb0a39dbcdb03aff277/view)
 
Place of Performance
Address: New Orleans, LA, USA
Country: USA
 
Record
SN06593794-F 20230218/230216230114 (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.