The RFP Database
New business relationships start here

Naval District Washington Regional Base Operations Support Services Contract


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

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. The Naval Facilities Engineering Command Atlantic is performing this market research to aid in the development of its acquisition approach. Respondents will not be notified of the results of the evaluation.


The Naval Facilities Engineering Command Atlantic is seeking to identify companies with the capacity, experience and interest in competing for the Naval District Washington Regional Base Operations Support (BOS) Services Contract at the following locations:
b"    NSA Washington Navy Yard (WNY), Washington, DC
b"    The United States Naval Observatory, Washington, DC
b"    Naval Support Facility (NSF) Arlington, VA
b"    NSF Carderock, W. Bethesda, MD
b"    USMC Barracks in Washington, DC
b"    The National Maritime Intelligence Center (NMIC) in Suitland, MD
b"    Joint Use Intelligence Analysis Facility in Charlottesville, VA
b"    Naval Systems Management Activity (NSMA) at Joint Base Anacostia-Bolling (JBAB)
b"    The Defense Intelligence Agency Complex at JBAB
b"    The Defense Intelligence Agency Facility at Quantico, VA
b"    The Defense Intelligence Agency Facility at Ft.
Detrick, MD
b"    The Naval Explosive Ordnance Disposal Technology Division (NAVEODTEHCDIV) Stump Neck, MD
b"    The Fort Washington Facility (FWF) at Ft. Washington, MD

The work includes, but is not limited to, providing all management, supervision, labor, materials, equipment, incidental engineering, and transportation necessary to provide services for: Supply Services, Facility Management, Facility Investment, Custodial Services, Pest Control, Grounds Maintenance and Landscaping, Integrated Solid Waste Management, Pavement Clearance, Utility Management, Chiller Plant, and Base Support Vehicles Equipment (BSVE) Services. Note that not all technical specifications will apply to all locations.
One of the main functions of this synopsis is also to assist the Contracting Officer in determining whether any type of small business set-aside (SB, 8(a), HUBZoneSB, WOSB, or Service Disabled Veteran Owned Small Business) is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.

NAVFAC Atlantic is seeking potential sources for an Indefinite Delivery Indefinite Quantity (IDIQ), performance-based type contract that is comprised of both Recurring Work and Non-Recurring Work Items for Base Operations Support (BOS) services. The Government is considering including a period of performance comprised of a base performance period of six (6) months and up to six (6) one-year option periods, total contract term if all options are exercised not-to-exceed 78 months.
The work to be performed under this contract requires that the selected contractor possess or be able to immediately obtain a Top Secret Facility Clearance and DD254 and will also require selected contractor personnel to possess a DoD TOP SECRET security clearance. The NAICS code for this procurement is 561210, Facility Support Services, with a size standard of $38.5M.

SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firmbs qualifications to perform the defined work.
Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 30 JUNE 2017 to the Contract Specialist, Mr. Matthew Lewis, via email to matthew.r.lewis@navy.mil with a copy to the Contracting Officer, Mrs. Dawn R. Cail, dawn.cail@navy.mil. Identify in the subject line of your response: NDW RBOS SOURCES SOUGHT. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources.
The documentation shall address, at a minimum, the following:

A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; (6) positive assertion indicating registration in SAM (http:www.sams.gov); and (7) Small Business designation/status (Small Business (SB), Small Business Administration (SBA) certified 8(a) participant, Historically Underutilized Business Zone (HUBZoneSB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), and/or Service-Disabled Veteran Owned Small Business (SDVOSB).

B.
RELEVANT EXPERIENCE. Include experience in performing efforts of similar size, and scope within the last five (5) years as a prime contractor with experience performing Facility Investment on contracts with Top Secret/Sensitive Compartmentalized Information (TS/SCI) requirements. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contracting Officerbs Name, Telephone Number and/or email address; (4) Contracting Officerbs Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as a prime or subcontractor; (6) Contract Period of Performance and Contract Value; (7) Brief summary of work performed and how it relates to the technical services described herein.
(8) Explain what procedures you would employ to ensure you can meet schedule and performance requirements of a large BOS contract in high visibility locations across a large geographic area. (9) Explain what procedures you would employ to ensure you provide personnel with active TS/SCI clearances for full performance of services at contract start at multiple geographical locations. (10) If applicable, provide a narrative of how your company would comply with the Limitations on Subcontracting clause, FAR 52.219-14. Note: if using corporate experience of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the response to sources sought) to demonstrate corporate experience, clearly explain how the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful involvement in the performance of this contract.


C. PHASE-IN. The Government is contemplating a minimum phase-in time of 90 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on?

D. SECRET CLEARANCE EXPERIENCE. Please provide information on whether or not your firm has previously obtained a Facility Clearance (DD254) and if you currently have employees on staff with the requisite TS/SCI clearances to perform the work described herein.

E. CONTRACT TERM. Unless approval is obtained, FAR 17.204(e) states that service contracts cannot exceed five years. The proposed contract term is for a base period of six (6) months and includes up to six (6) one-year option periods, for a proposal total contract term, if all options are exercised, not-to-exceed 78 months.
Please provide in your response how the proposed longer term would affect your firmbs willingness to submit a proposal. In addition, identify efficiencies or inefficiencies that may result through a potential longer term contract; and identify the effect, if any, the term would have on forming business relationships with partners or subcontractors. Your response should also address impacts on vendor performance, contract costs, staffing and/or changes in technology over the term.

F. ADDITIONAL INFORMATION. If any, that the responders believe to be relevant.


RESPONSES ARE DUE NLT FRIDAY, 30 JUNE 2017. LATE RESPONSES WILL NOT BE ACCEPTED.

Questions or comments regarding this notice may be addressed in writing to Matthew Lewis via email at matthew.r.lewis@navy.mil with a copy to the Contracting Officer, Dawn R.
Cail, dawn.cail@navy.mil.

NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFERORbS OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.

We appreciate your interest and thank you in advance for responding to the questions included in this notice.

Mr. Matthew Lewis, Contract Specialist, matthew.r.lewis@navy.mil; Mrs. Dawn Cail, Contracting Officer, dawn.cail@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP