Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2007 FBO #2135
MODIFICATION

Z -- Range and Base Operations Support Services for Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii

Notice Date
9/29/2007
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0060407PMRF
 
Response Due
6/29/2007
 
Archive Date
10/31/2007
 
Point of Contact
Stephen Durrett, Contracting Officer, Phone 808-473-7566, Fax 808-473-5750
 
E-Mail Address
stephen.durrett@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Fleet and Industrial Supply Center, Pearl Harbor, Regional Contracting Department intends to issue a solicitation for full range and base operations and maintenance support services for the Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii. The Government intends to award a combination Fixed Priced Award Fee (FPAF) with Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions, and Cost-plus Award Fee (CPAF) with IDIQ provisions contract. The solicitation will be set aside for qualifying 8(a) firms of the Small Business Administration. The Government will not consider offers from other than 8(a) firms. Firms shall submit with their proposal their most recent 8(a)BD program annual update letter or for those firms that have been in the 8(a)BD program less than one year, their 8(a) and business plan approval letters. Furthermore, for those 8(a) firms submitting their proposal as a joint venture whereby an SBA approved mentor-prot?g? agreement may or may not be required, please note that SBA must approve a joint venture agreement prior to the award of the 8(a) contract on behalf of the joint venture and SBA must determine that the 8(a) firm is eligible for award. At time of submitting their proposal, firms with SBA approved mentor-prot?g? agreements should submit documentation from SBA approving the mentor-prot?g? agreement. Those 8(a) firms who are required to obtain a mentor-prot?g? agreement who have not yet received SBA approval, at a minimum, must have their package submitted to SBA by the proposal due date. The North American Industry Classification System (NAICS) Code is 561210 for Facilities Support Services that has an applicable size standard of $32.5 million. The period of performance is expected to include a 12-month base year (which includes a 3-month transition period) and 9 one-year option periods. The total term of the contract, including all options, will not exceed 10 years. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under FAR Clause 52.217-8, Option to Extend Services. The Government will not synopsize the options when exercised. This is a follow-on effort to Contract N00604-98-C-0031. Facility clearance up to Top Secret is required. Range Operations Services to be performed include but is not limited to: (1) Range programs management and operations; (2) IT/Communications support; (3) Operation and maintenance of Launch/Ordnance facilities and systems, measurement systems, tracking radar, surveillance radar, telemetry systems, underwater tracking systems, and aerial targets; (4) Electronic warfare systems support; (5) Calibration of measuring and test equipment; (6) Fuel storage distribution and aircraft refueling; and (7) Airfield services. Base operations services to be performed include but is not limited to: (1) Bachelor Quarters; (2) Food services support; (3) Fire and Emergency; (4) Electrical utilities support; (5) Security services; (6)Grounds maintenance; (7) Solid waste collection; (8) Transportation operation and maintenance; (9) Maintenance/repair of buildings and structures; (10) Pest control; and (11) Supply and logistics support. Facilities operating under the PMRF are located at the following sites: Barking Sands, Makaha Ridge, Kokee Park, Port Allen, Kamokala Ridge, Niihau and Kaula Island. PMRF also supports limited activities on Oahu at Mauna Kapu, Mt. Kaala, and Kalaeloa (Barber?s Point). PMRF also supports Fleet activities occurring in waters surrounding Maui and the Moana Loa Observatory and the Pohakuloa Training Area on the island of Hawaii. PMRF also provides operation and maintenance services to a number of tenant activities. Award will be made to the offeror offering the best value to the Government, price and technical factors considered. The technical evaluation factors are as follows: A) Technical and B) Past Performance. The Government may award a contract without conducting discussions; therefore, the Offeror?s initial proposal should contain its best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. A one-time pre-proposal conference and site visit will be held on Kauai, Hawaii from 6 November through 8 November 2007. Details of the conference and site visit will be provided with the solicitation. Offerors will be required to submit areas of their technical and cost/price proposals using the TF! SoftwareTM. The Tabular Format (TF!) software involved in the offer process is proprietary to ASC Group, Inc. (?ASC?) and is licensed to the U.S. Government for use on this acquisition. Potential Offerors are hereby advised that this software may only be released within the offering organization or to its team members/subcontractors on a "need to know" basis in accordance with the SUB-LICENSE AGREEMENT AND ACKNOWLEDGEMENT form (sub-license agreement) that the team lead/prime contractor must sign before being given access to the TF! Software. The sub-license agreement will be provided in the solicitation. Under no circumstances can the software or information contained therein be distributed outside of the offering organization except to its subcontractors or team members. A specific TF! nondisclosure agreement must be signed by the subcontractors/team members with their team lead/prime contractor before being given access to this software as they will be bound by the same terms and conditions regarding distribution and use of the software and disclosure of information. A copy of each nondisclosure agreement shall be furnished to the Contracting Officer immediately after signatures by both parties. The government desires that the designated Team Lead under any teaming agreement and any offeror, who will be the prime contractor under any other arrangement, be the only one to sign for this TF! software and, therefore, be responsible for dissemination through signing of the nondisclosure agreements to other team members/subcontractors and be responsible for their compliance. Upon receipt of the signed sub-license agreement, the Government will provide access to the TF! SoftwareTM to the offeror. Instructions on the use of the software will be presented at the pre-proposal conference; therefore, offerors are encouraged to attend the conference. The solicitation will be issued on or about 15 days from the date of this notice. The RFP will be issued via the Internet at the Navy E-Commerce website at https://www.neco.navy.mil/. Amendments and notices will also be posted on the NECO website. This will be the normal method of distributing amendments; therefore, it is the offeror?s responsibility to check the website daily for any amendments and other information pertaining to this RFP. The RFP will be available in electronic format only. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website. Paper copies of the solicitation will not be provided. All technical/contract questions must be submitted in writing to: PMRF_ROS-BOS@navy.mil. In the email, please clearly indicate your company?s name and phone number, section and paragraph number of the RFP or specification as applicable. Important Notice: Offerors are required to register in the Contractor Central Registration (CCR) prior to completing their Representations and Certifications (Section K of the RFP) in the ORCA, an on-line system located on the Internet at http://www.bpn.gov. You are encouraged to register as soon as possible. Proposals will be due approximately 90 days from the RFP issue date. Approximate award date is late-July 2008. Contract start date is October 1, 2008.
 
Place of Performance
Address: PMRF Barking Sands, Kauai
Zip Code: 96752-0128
Country: UNITED STATES
 
Record
SN01425382-W 20071001/070929223407 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.