Type : Contract
NAL FACILITY OPERATIONS AND MAINTENANCE SERVICES - TASK ORDER UNDER IDIQ 1223SA24D0001 POP 5/1/2024 - 5/31/2024 Solicitation ID/Procurement Identifier: 1232SA24D0001 Ultimate Completion Date: Fri May 31 17:00:00 GMT 2024
NAL FACILITY OPERATIONS AND MAINTENANCE SERVICES - TASK ORDER UNDER IDIQ 1223SA24D0001 POP 5/1/2024 - 5/31/2024 Solicitation ID/Procurement Identifier: 1232SA24D0001 Ultimate Completion Date: Fri May 31 17:00:00 GMT 2024
Added: Jun 01, 2017 1:21 pm Modified: Jun 12, 2017 12:13 pm Track Changes THIS IS THE SOLICITATION NOTICE The General Services Administration requires Operation and Maintenance Services in El Paso, Texas. This procurement will be procured as a competitive 8(a) set-aside using FAR Part-15 procedures. The anticipated start date will be on or about January 1, 2018. The North American Industry Classification System (NAICS) to be used is 561210. The size standard for this NAICS is $38.5M. Specifically, the Contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools and equipment and shall plan, schedule, coordinate and assure effective performance of all services described herein. The Contractor...
Amendment 6 - The purpose of this amendment is to post updated documents. The response due date and time remain unchanged. Contact Information: Gregory A. Keller, Contract Specialist, Email Gregory.Keller@fema.dhs.gov - Kimberly A Logue, Contract Specialist, Phone (301) 447-1266, Fax (301) 447-1092, Email kim.logue@fema.dhs.gov Office Address :Office of Acquisition Management16825 South Seton Avenue Emmitsburg MD 21727 Location: Preparedness Branch Set Aside: Total Small Business
15Sep21**Updated Market Survey (word document) updated to reflect the SAM notice of repsonce due NLT 29Sep21. ****************************************************************************HQ AFRC is seeking input from industry via a market research survey for Base Operations and Support Services at Homestead ARB, FL. Refer to the attached Survey and Draft Performance Work Statement.
RFI – Base Operations and Administrative Services (BOAS) for Marine Corps Base HawaiiThis request for information is being issued as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561320. This request for capability information is for market research purposes only and does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurre...
The USPFO for West Virginia, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Joint Base Operation Support Services. Support Services will consist of Program Management, Training Coordination and Logistical Services.This is a request for proposal attached to the presolicitation notice.The tentative date for issuing the solicitation is on 22 February 2019. The solicitation closing date is scheduled for on-or-about 22 March 2019. Actual dates and times will be identified in the solicitation (attached SF1449). The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Pr...
Added:Feb 22, 2019 10:44 amModified:Mar 13, 2019 2:35 pmTrack ChangesThe USPFO for West Virginia, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Joint Base Operation Support Services. Support Services will consist of Program Management, Training Coordination and Logistical Services.This is a request for proposal attached to the presolicitation notice.The solicitation was issued is on 22 February 2019. The solicitation closing date is scheduled for 22 March 2019. Actual dates and times will be identified in the solicitation (attached SF1449). The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors inclu...