S--Custodial Services Naval Health Clinic Marine Corps Air Station Cherry Point North Carolina

expired opportunity(Expired)
From: Federal Government(Federal)
N4008517R0004

Basic Details

started - 30 May, 2017 (about 6 years ago)

Start Date

30 May, 2017 (about 6 years ago)
due - 29 May, 2017 (about 6 years ago)

Due Date

29 May, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N4008517R0004

Identifier

N4008517R0004
Department of the Navy

Customer / Agency

Department of the Navy
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.

Added:
May 11, 2017 2:41 pm This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this Pre-Solicitation Synopsis is to notify potential offerors of the upcoming Request for Proposals (RFP) for: Custodial Services at the Naval Health Clinic Marine Corps Air Station Cherry Point, North Carolina.

The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, and transportation necessary to perform custodial services at the Naval Health Clinic, the Occupational Health Clinic, and the Veterinary Clinic aboard Marine Corps Air Station Cherry Point, North Carolina. The combined area is approximately 166,000 square feet.
Work shall be accomplished mostly during normal working hours. Normal working hours are Monday through Friday excluding federal holidays between the hours of 7:00 am to 7:00 pm. The recurring work will consist of scheduled cleaning of spaces,
floors, restrooms, locker rooms, the building perimeter, and unscheduled services for the cleaning tasks that occur at random times during the Clinic operating hours. Requirements for infrequent services, or services that are not included as recurring requirements will be issued using IDIQ task orders or DOD EMALL. All work shall comply with the most current laws, acts, ordinances, rules and regulations of all Federal, State, Regional and Local authorities applicable to custodial services.
All work shall be accomplished with adequate controls and review procedures to eliminate conflicts, errors, and omissions.

The solicitation under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be issued in accordance with the most recent Federal Acquisition Circular 2005-95 and DFARS Publication Notice (DPN) 20161222. The procurement method to be utilized is FAR Part 15 – Source Selection, Lowest Price Technically Acceptable. The solicitation will utilize source selection procedures which require offerors to submit information such as: price (proposal cost), corporate experience (narrative of work experience doing the required work), past performance (written statements verified by client/customer as to how well the contractor performed the work) in their proposal for evaluation by the Government, and insurance safety ratings.

The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with both recurring and non-recurring services.
The period of performance will include a base period of twelve-months plus four (4) twelve month option periods. The total term of the contract, including all options, will not exceed sixty (60) months. The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause (FAR 52.217-8). In either case, the Government will not synopsize the options when exercised.

If work is determined by the Contracting Officer to be beyond the scope of the recurring/FFP portion of this contract, it will be issued under the IDIQ schedule. Labor, material and equipment required for this work will be based on the Schedule of IDIQ Work Exhibit Line Items Number (ELIN).


The North American Industry Classification System (NAICS) Code for this procurement is 561720, Janitorial Services annual size standard is $18 million. The contractor must be registered with NAICS code 561720 in SAM under FAR Clause 52.212-3 (Reps and Certs), this will be verified.

Market research was conducted, which included a search of SBAâ€TMs dynamic small business search (DSBS). Seven Hundred Ninety Nine (799) potential 8(a) businesses in the United States were found. The U.S. Small Business Administration accepted this procurement on 09 May 2017. It has been determined that competition will be limited to 8(a) firms registered with the assigned NAICS code.

Joint Venture Agreements - Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract.
If you are contemplating a joint venture on this project, you must advise, in writing, your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal date. No corrections and/or changes are allowed after time of submission of proposal.

The contract will replace a FFP contract for the services awarded in 2012 for $2,835,575.33 for five (5) years. The present contract is N40085-12-C-3905 expiring 30 September 2017. The incumbent contractor is Access Services, Inc.
6630-G East WT Harris Blvd. Charlotte, NC 28215.

Offerors can view and/or download the solicitation, and any attachments, at www.fedbizopps.gov/ and/or https://www.neco.navy.mil/ when it becomes available. Contractors are encouraged to register for the solicitation when downloading from the FedBizOpps website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued (acknowledgement of amendments required – a signed copy of all amendments must accompany contractorâ€TMs proposal). The solicitation will be available on or about 30 May 2017. The solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet.
The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.

Please direct questions to Eric E. Overfelt at eric.e.overfelt@navy.mil.

NAVAL HEALTH CLINIC, CHERRY POINT, NC 28533 USLocation

Address: NAVAL HEALTH CLINIC, CHERRY POINT, NC 28533 US

Country : United StatesState : North Carolina

You may also like

NEW AWARD TO PROVIDE JANITORIAL SERVICES THROUGHOUT NORTH CAROLINA

Due: 31 Jan, 2026 (in 21 months)Agency: PUBLIC BUILDINGS SERVICE

DEWA 251562 OMR NORTH & SOUTH-ARCHEO MON

Due: 02 Jun, 2025 (in 13 months)Agency: NATIONAL PARK SERVICE

Janitorial Services for North Locust Point, South Locust Point, & Fairfield Marine Terminals

Due: 29 Apr, 2028 (in about 4 years)Agency: Maryland Port Administration

Please Sign In to see more like these.

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

Classification

561 -- Administrative and Support Services/561720 -- Janitorial Services