Multi-Service Facility Investment Services at NAVSTA Newport Complex Area at Naval Station Newport, Newport Rhode Island

From: Federal Government(Federal)
N4008524R2564

Basic Details

started - 19 Apr, 2024 (14 days ago)

Start Date

19 Apr, 2024 (14 days ago)
due - 06 May, 2024 (in 2 days)

Due Date

06 May, 2024 (in 2 days)
Pre-Bid Notification

Type

Pre-Bid Notification
N4008524R2564

Identifier

N4008524R2564
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710881)DEPT OF THE NAVY (157266)NAVFAC (10940)NAVFAC ATLANTIC CMD (6606)NAVFAC MID-ATLANTIC (3673)NAVFACSYSCOM MID-ATLANTIC (278)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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 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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to provide services for a Facility Investment Services for NAVSTA Newport Complex Area, Facilities, and Installed Equipment and Systems at Naval Station Newport, Newport Rhode Island.General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to:1502000 C – Facility InvestmentThe intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. Examples of services include: perform maintenance of: Kitchen Hoods Suppression System, Fire Suppression Gas Pumps, Overhead Doors, Power Automatic Doors, Disabled Access Swing Doors, Dock
Levelers, Plymo Vent System, Swimming Pools Chemicals, Pool Maintenance, HAZMAT Sampling, and Testing B-440 Gun Range Filter Replacement.The work identified is to be provided by means of a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method.In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the non-price factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the non-price factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.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 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.For Factor 2 Corporate Experience and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A facility investment contract with a yearly value of at least $700,000 or greater per year for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size.Scope: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.Complexity: The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.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 4 one-year option periods which, cumulatively, will not exceed sixty months.The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Regional Contract with online ordering capability using FedMall for the Non-Recurring 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) for this procurement is 561620; the size standard is $47.0 million.The proposed procurement listed here is a competitive Small Business set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 06 May 2024. 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 Brittany Swan, (brittany.t.swan.civ@us.navy.mil) 10 days prior to the RFP due date. The SAM site address is https://sam.gov . Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM 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. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.This is a new procurement.

Newport ,
 RI   USALocation

Place Of Performance : N/A

Country : United StatesState : Rhode IslandCity : Newport

Office Address : 9324 VIRGINIA AVENUE NORFOLK , VA 23511-0395 USA

Country : United StatesState : VirginiaCity : Norfolk

Classification

naicsCode 561210Facilities Support Services
pscCode R799Other Management Support Services