Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

M -- Operation of Government-Owned Facilities - Philippines Operations Support Contract (POSC)

Notice Date
7/19/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274211R3525
 
Response Due
11/2/2011
 
Archive Date
11/17/2011
 
Point of Contact
Allison Blount 808-474-2490 Allison Blount, Contract Specialist at (808) 474-2490; Susan Silva-Quizon, Contracting Officer at (808) 474-4708, email: POS@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This solicitation is for a Philippines Operations Support Contract (POSC) for the Joint Special Operations Task Force-Philippines (JSOTF-P) operations within the designated Joint Operation Area (JOA) and Manila in the Republic of the Philippines. Future work may include support within Southeast Asia. The solicitation will be advertised on an unrestricted basis inviting full and open competition. The North American industry Classification System (NAICS) Code for this procurement is 561210 and the annual size standard is $35,500,000. The Government intends to award a Cost-Plus-Incentive-Fee contract. The anticipated operations services to be performed include, but are not limited to, Management and Administration, Command and Staff, Public Safety, Air Operations, Port Operations, Supply, Morale, Welfare and Recreation Support, Galley, Facility Support, Utilities, Base Support Vehicles and Equipment, and Environmental. The contract period of performance is anticipated to consist of a twelve-month base period (to include a three-month mobilization/phase-in period) and four (4) 12-month option periods. The Government will not issue a synopsis when exercising the option(s). The Government may require the Contractor to continue performance for an additional period of up to six months under the Option to extend Services Clause. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All responsible sources may submit a proposal in response to the solicitation, which shall be considered. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a cost proposal for evaluation by the Government. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, cost and non-cost/price factors considered. The Offeror's Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The anticipated technical evaluation factors are as follows: (1) Technical Approach/Methods- Logistics/Transportation Plan; (2) Project Management; (3) Staffing and Resources; (4) Corporate Experience; (5) Past Performance; and (6) Occupational Safety. The Government intends to award the contract without discussions in accordance with FAR 52.215-1. However, 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 Manila site visit is scheduled for 14 September 2011 in Makati City, Manila, in the Republic of the Philippines. The exact location of the pre-proposal conference will be provided at a later date. There is no limit on the number of attendees at the pre-proposal conference and Manila site visit. Additional one-day site visits in Zamboanga will be held 16-18 September 2011. A maximum of 10 attendees per site visit will be allowed to participate. Due to the unique logistical constraints, only one attendee from each firm will be allowed to attend the site visit. Additional days may be added depending on the total number of firms attending. Attendees for the site visit are responsible for making their own travel arrangements to arrive at the Zamboanga International Airport on the date they are scheduled for the one day tour. Site visit attendees will be e-mailed their assigned site visit date no later than 15 August 2011. The Government representatives will meet the site visit attendees at the Zamboanga airport and provide Ground Transportation for the site visit. Attendees will be returned to the Zamboanga airport at the end of the site visit. Each pre-proposal conference/site-visit request must include the following information: full name, name of firm representing, position/title, telephone number and e-mail address. Request needs to note if the representative will be attending the pre-proposal conference, site visit or both. The Government may request additional information for site visit attendees if required, which will be requested prior to pre-proposal conference/site-visit. All requests should be sent via e-mail to POS@navy.mil by 12:00 p.m. Hawaii Standard Time (HST), 8 August 2011. Failure to submit all required information by 8 August 2011, 12:00 p.m. HST will preclude a firm's eligibility to participate in the pre-proposal conference and site visit. All costs for travel and accommodations will be at the attendee ™s expense. Additional information will be provided to the registered conference/site visit attendees. The solicitation will be issued on or about 15 days from the date of this notice. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or about 4 August 2011. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Reps and Certs (Section D - 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R3525/listing.html)
 
Record
SN02502660-W 20110721/110719235955-9bfe9f9e678a82afb4ec5c1d13a9d648 (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  © 1994-2020, Loren Data Corp.