Base Operations Support (BOS) Services Contract, U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory

From: Federal Government(Federal)
N6274224R1100

Basic Details

started - 03 Apr, 2024 (1 month ago)

Start Date

03 Apr, 2024 (1 month ago)
due - 03 Jul, 2024 (in 1 month)

Due Date

03 Jul, 2024 (in 1 month)
Pre-Bid Notification

Type

Pre-Bid Notification
N6274224R1100

Identifier

N6274224R1100
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This procurement is for Base Operating Services (BOS) at Diego Garcia, British Indian Ocean Territory (B.I.O.T), for the Commander, Navy Support Facility, Diego Garcia (NSF DG) in support of its mission as a forward, logistics support base in the B.I.O.T. Pursuant to the agreement executed in 1966 between the government of the U.S. and the U.K., with subsequent modifications in 1976 and exchange notes in 1987, the Government will issue this solicitation with full and open competition amongst United States/United Kingdom joint venture firms. United States participation must be at least sixty percent (60%) and United Kingdom firm participation must be at least twenty percent (20%). United Kingdom firms must be certified as acceptable by the Commissioner, B.I.O.T., and will be required to provide a copy of their certification or proof of obtaining a certification with submission of their proposals. If no qualified joint venture firms submit a reasonable offer, it will be opened to United
States firms. The North American Industry Classification System (NAICS) Code for this procurement is 561210 and the annual size standard is $47 million. The Government intends to award a Fixed-Price Award Fee, Indefinite Delivery, Indefinite Quantity (FPAF-IDIQ) contract with recurring and non-recurring work. The term “recurring” work refers to the firm-fixed-price (FFP) portion of the contract for services such as labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering. The term “non-recurring” work refers to the indefinite delivery, indefinite quantity (IDIQ) portion of the contract for services such as minor maintenance and repair type projects without the expense and logistical challenges of mobilizing an additional contractor on DG. The proposed BOS contract will include the following requirements/Annexes: 0100000 General Information; 0200000 Management/Administration; 0304000 IT Services; 0304010 IT Support & Management; 0304030 Telephone System & Services; 0304050 Telecommunication Services; 0304060 Antenna Maintenance; 0402000 Fire & Emergency Services; 0501040 Ground Electronics; 0501050 Airfield Facilities; 0501070 Passenger Terminal & Cargo Handling; 0600000 Port Operations; 1001000 Material Management; 1002000 Supply Services; 1003000 Petroleum, Oil, and Lubricants (POL) Management and Operations; 1004000 Ship’s Store Service Activities; 1200000 Morale, Welfare and Recreation; 1300000 Galley; 1402000 Unaccompanied Housing; 1403000 Navy Gateway Inns and Suites; 1501000 Facility Management; 1502000 Facility Investment; 1503010 Custodial; 1503020 Pest Control; 1503030 Integrated Solid Waste Management; 1503050 Grounds Maintenance & Landscaping; 1503060 Pavement Clearance; 1601000 Utility Management; 1602000 Electrical; 1603000 Low Pressure Compressed Air & Compressed Nitrogen; 1604000 Wastewater; 1605000 Steam & Demineralized Water; 1606001 Water (Overseas); 1700000 Transportation; 1800000 Environmental The contract period of performance is anticipated to consist of a mobilization period, the base period and all option periods, and a demobilization period. The mobilization period will be for four (4) months commencing shortly after the date of contract award. Immediately following will be the base period for eight (8) months. The first six (6) option periods will be for twelve (12) months each. Option period seven (7) will be for eight (8) months and the demobilization period will be for the last four (4) months. The contract will include FAR 52.217-9 Option to Extend the Term of the Contract clause whereby options may be exercised in subsequent years. The contract will also include FAR 52.217-8 Option to Extend Services for a period of up to 6 months, in which the total period is not to exceed 102 months. 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-price technical proposal and a price proposal for evaluation by the Government. The Government will evaluate proposals and select the best value offeror using the tradeoff source selection process requiring both non-price and price 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, price and non-price factors considered. The anticipated non-price evaluation factors are as follows: (1) Past Performance; (2) Corporate Experience; (3) Management; (4) Technical Approach, 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 price and non-price 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: NFPACQ21-DGBOS@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 DFARS Clause 252.204-7004, Alternate A, System for Award Management. 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. VIRTUAL PRE-PROPOSAL CONFERENCE: A virtual pre-proposal conference will be on 1 May 2024 via Microsoft (MS) Teams. The purpose of the conference will be to familiarize prospective offerors with the extent and nature of the project. Please check the websites at https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml for any updates to the virtual conference. Parties interested in attending the pre-proposal conference shall submit a request via email to NFPACQ21-DGBOS@navy.mil no later than Thursday, 25 April 2024 at 2:00 p.m. HST, with the following information: company name, business size, point of contact, name of individuals attending with title, phone numbers, e-mail addresses, complete company address, and company CAGE/Entity Number. SITE VISIT: A site visit is tentatively scheduled in Diego Garcia, British Indian Ocean Territory (B.I.O.T.) on or around 31 May 2024 to 14 June 2024. Parties interested in attending the site visit shall submit the following information to NFPACQ21-DGBOS@navy.mil no later than Thursday, 25 April 2024 at 2:00 p.m. HST: attendee’s full name, gender, proof of citizenship, name of firm representing, position/title, complete company address, telephone number, and email addresses. Acceptable proof of citizenship documents include a copy of: U.S. passport, U.S. birth certificate, or U.S. Certificate of Naturalization. A driver’s license is NOT an acceptable form of citizenship. Non-U.S. citizens must provide a copy of their passport. The site visit will be limited to one (1) individual per company on a first come, first serve basis. If additional billeting/flight seats are available, a maximum of two (2) attendees will be allowed, on a first come, first serve basis. Each firm may submit additional names as alternates in a prioritized list. 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. All personnel attending the site visit shall complete the following mandatory pre-travel requirements and submit certificate of completion for below (1), confirm that they have read AOR Travel Information for (2), and submit proof of fully vaccinated COVID-19 record (3) by Thursday, 25 April 2024 at 2:00 p.m., HST. Site visit requests shall include the below information and be submitted in one email message to NFPACQ21-DGBOS@navy.mil: (1) Antiterrorism Level 1 Training (https://jkodirect.jten.mil/pdf/atl1/launch.html) (2) Read Area Of Operations (AOR) International Travel Information for all countries that you will visit/land in en-route to Diego Garcia (for example, but not limited to: Japan and Singapore) (http://travel.state.gov//content/travel/en.html). Provide confirmation of completion via email at the email address listed above. Currently there is no AOR International Travel Information for Diego Garcia. (3) Proof of fully vaccinated COVID-19 record is required for departure from Paya Lebar Air Base, Republic of Singapore Air Force (RSAF) Base, Singapore. Fully vaccinated represents the number of people who have received the second dose in a two-dose COVID-19 vaccine series or one dose of the single-shot Johnson and Johnson Janssen COVID-19 vaccine. Provide proof of vaccination via email at NFPACQ21-DGBOS@navy.mil. Prospective site visit attendees will require an area clearance granted by the Commanding Officer of DG. DG requires a minimum of 30 days to process and obtain the area clearance required for entry. Transportation from Paya Lebar AB, Singapore to DG and from DG to Paya Lebar, Singapore will be made for the site visit attendees. Lodging reservations will also be made for the site visit attendees. Attendees will be responsible to make payment to the BQ at the end of their stay. The cost per night is approximately $147. All other costs while on DG will be at the attendee’s expense. Transportation around the island will be provided by NSF DG, but other incidentals will be at the attendee’s expense. It is the responsibility of the offeror to arrange for transportation to Singapore. Government-sponsored Space Available (Space-A) flights offered by Air Mobility Command (AMC) will be available to transport individuals from Paya Lebar, Republic of Singapore Air Force (RSAF) Base, Singapore, to Diego Garcia. It is highly recommended that flight arrangements to Singapore allow for significant flexibility in the event that the scheduled Space-A flight becomes delayed or encounters unscheduled changes. Currently, round trip AMC flights from Singapore to Diego Garcia costs approximately $2,200 per person. Offerors are responsible for all transportation costs to and from Diego Garcia. While on DG all personnel come under the jurisdiction of the Commanding Officer and are subject to local regulations and operating procedures. Since DG is part of the BIOT, all personnel on the island are guests of the British Government and are subject to BIOT laws, customs and regulations. Site visit attendees shall be advised that access to medical treatment on Diego Garcia is very limited and can only sustain life at the basic level. The Military Treatment Facility (MTF) lacks the capacity for prolonged inpatient care, intensive care services, and surgical capability, leading to limited ability to respond to emergencies and urgencies. Attendees shall assume all risk and costs associated with services and treatment. Patients requiring advanced care must fly 5-6 hours to Singapore, with transfer arrangements taking 24-36 hours and will be at the contractor’s expense (approximately $200,000/transfer). Certain medical conditions are disqualified from attending the site visit, not limited to, pregnancy, symptomatic coronary heart disease, etc. Questions about medical conditions shall be submitted with site visit registration. Failure to submit registration information for the pre-proposal conference and site visit in a timely manner will preclude your firm’s inclusion in the event(s).

U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory, N/A, DGALocation

Place Of Performance : U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory, N/A, DGA

Country : United States

You may also like

Prospect Harbor Space Force Station (SFS) Base Operations Support (BOS)

Due: 12 Dec, 2024 (in 7 months)Agency: DEPT OF DEFENSE

BASE OPERATIONS SUPPORT (BOS) SERVICES AT NAS PENSACOLA, FL- RESCIND STOP WORK

Due: 30 Sep, 2031 (in about 7 years)Agency: DEPT OF DEFENSE

Singapore Base Operations Support (BOS) Services Contract

Due: 22 Apr, 2025 (in 11 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 561210
Classification CodeCode S216