The RFP Database
New business relationships start here

Base Operation Support Services at Picatinny Arsenal, NJ


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

W15QKN-18-X-036L
FedBizOpps notice Date: July 24 2018
Description:
The US Army Garrison-Picatinny (USAG Picatinny), Picatinny Arsenal, NJ 07806-5000 is seeking preliminary marketing information, from capable and reliable sources to gain knowledge of potential qualified business sources capable of performing Base Operations Support Services (BASOPS) at Picatinny Arsenal, NJ.
The Government anticipates an 8(a) set-aside for this procurement. The North American Industry Classification System (NAICS) classified for this effort is 561210, Facilities Support Services. The small business size standard is $35 million.
Sources must be registered with the System for Award Management (SAM) http://www.sam.gov. It is also noted that 8(a) firms must be certified as 8(a) with the Small Business Administration (SBA) as well as certified on SAM.
The Army Contracting Command New Jersey (ACC-NJ) anticipates releasing a solicitation announcement, to be published in the Federal Business Opportunities (www.fbo.gov), on or about 01 October 2019. The contract is for a period of performance of one (1) base year plus four (4) one year options.
This requirement is for the re-compete of the BASOPS at Picatinny Arsenal, NJ (Contract No. W15QKN-16-C-1006). This requirement will be for operations and maintenance services at Picatinny Arsenal, NJ. The contract is designed to provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that are increased or diminished. This contract is designed to reflect the predictable nature of existing and scheduled services at existing facilities and buildings by employing fixed price contract line items. The contract provides the flexibility to respond to unscheduled and non-recurring services.
Picatinny consists of approximately 6,493 acres, 1,010 permanent structures, and a supporting road network and utility systems. The population base consists of approximately 5,000 civilians, 160 military personnel and 1,000 contractors, as well as 200 resident family members. Typical services will include the following: Maintenance & Repair of Buildings and Structures; Dining Facilities; Electrical Systems (Interior only); Storm Drainage Systems; Grounds Maintenance (Mowing Services not included); Road & Surfaced Area Maintenance; Fire Detection and Suppression; and ability to provide Emergency Response Services as required.
The Contractor shall provide all resources and management necessary to perform services, materials, plant supervision, labor, and equipment to operate, maintain, repair, and construct real property facilities, and provide related services at Picatinny Arsenal. Information Technology (IT) and Logistics Support will be provided under separate contracts. The Contractor shall have the ability to provide seamless integration with the other two other support contracts.
The Contractor shall also have responsibility to provide administrative services necessary to perform the work, to include, but not be limited to, the following: supply, quality control, job order shop operation, contractor financial control, and maintenance of accurate and complete records, files, and libraries of documents to include Federal, State, and local laws, regulations, codes, technical manuals, and manufacturer's instructions/specifications. The Contractor shall provide related services such as formatting and inputting data into Government automated systems, and Government data base maintenance, preparing and providing required reports, compiling historical data, performing administrative activities and submitting necessary information as specified.
Interested 8(a) parties that believe they can meet the above requirements shall provide a brief summary of their capabilities in Facilities Support Services. Responses should include their current business structure: (a) name of Company-include contact person's name, company address, telephone numbers (voice and fax), e-mail address, (b) Company size (i.e. large, foreign, small disadvantaged, veteran owned, woman owned, etc.).
This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding for this effort. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey.
All responding sources should submit their responses no later than close of business 24 August 2018 to Army Contracting Command-New Jersey (ACC-NJ), Attn: Mr. Michael Zanowicz Building 9, Picatinny Arsenal, NJ 07806- 5000. Responses may also be submitted by email to the following address: michael.e.zanowicz.civ@mail.mil. E-mail submittals must be restricted to a maximum file size of 15MB and should be in MSWord or PDF format. Large files compressed using Winzip must be renamed to a file extension other than .zip as files with the .zip extension will be automatically blocked by the Government's mail server. Telephone responses will not be accepted.

 


Michael E. Zanowicz, Contract Specialist, Phone 9737242896, Email michael.e.zanowicz.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP