Ft. Pickett and Ft. A.P. Hill Facility Investment and Facility Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
N4008523R2517

Basic Details

started - 22 Oct, 2022 (18 months ago)

Start Date

22 Oct, 2022 (18 months ago)
due - 28 Feb, 2023 (14 months ago)

Due Date

28 Feb, 2023 (14 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N4008523R2517

Identifier

N4008523R2517
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708525)DEPT OF THE NAVY (156871)NAVFAC (10911)NAVFAC ATLANTIC CMD (6593)NAVFAC MID-ATLANTIC (3664)NAVAL FAC ENGINEERING CMD MID LANT (3395)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
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 potential offerors of an Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services to provide Facility Investment and Facility Support services at Fort Pickett in Blackstone, VA and Fort AP Hill in Bowling Green, VA.The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for facility investment, grounds maintenance, custodial, integrated solid waste management, and pest control services at Fort Pickett in Blackstone, VA and Fort AP Hill in Bowling Green, VA.The work includes:- Facility investment performance to include maintenance, repair, alteration, demolition and minor construction for:Building and Structures, inclusive of storage tanksBuilding Systems, inclusive of
HVAC, fire protection, and exhaust hoods and ducts- Custodial services to ensure facilities are clean and slightly.- Pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control the following pests:  cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes, and bedbugs.-Landscaping and Grounds Maintenance in lawns, fields, operational areas, and storm water system operation and maintenance, such as: mowing, trimming, edging, trash and debris removal, aeration, de-thatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation.-Integrated Solid Waste Management services, related to the collection and disposal of solid waste and recyclable materials. The work identified is to be provided by means of a Facility Investment and Facility Support Services, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Source Selection Processes. 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 – Recent, Relevant Experience of the Firm, Factor 3 – Safety, and Factor 4 – Past Performance on Recent, Relevant Projects.Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance:  The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.Size:  A maintenance and facility support service contract with a yearly value of at least $632,000.00 or greater for recurring services.  Non-recurring values for infrequent work will not be considered similar in size.Scope:  Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment to perform Facility Investment and Facility Support Services to include:  Facility Investment, Pest Control, Custodial, Integrated Solid Waste Management, Grounds Maintenance, and other services as defined by the Request for Proposal (RFP). Complexity:  Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands.Offers shall be submitted for the performance of one-year, twelve-month period of performance. The Government has the option to extend the term of the contract services for four (4) additional one-year, twelve-month periods. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months.The proposed procurement will be issued as a NAVFAC Mid-Atlantic Facility Investment and Facility Support Service Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs) for non-Recurring services. Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210, the size standard is $41.5M.The proposed requirement will be solicited as an 8(a) set aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta.SAM.GOV website on or about 4 November 2022. 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 Valerie Norris (valerie.norris@navy.mil) 10 days prior to the RFP due date.The Beta.SAM site address is https://beta.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 Beta.SAM.GOV 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 RFP submission will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/

VA   USALocation

Place Of Performance : N/A

Country : United States

You may also like

FACILITY SUPPORT SERVICES VISSTA PO# 675C00155

Due: 31 Mar, 2025 (in 11 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 561210Facilities Support Services
pscCode S216Facilities Operations Support Services