Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA441819RA011
NPTU Facility Maintenance Services Pre-Solicitation Notice FA441819RA011 1. The 628th Contracting Squadron at Joint Base Charleston, South Carolina, intends to issue a solicitation for proposals on or...
NPTU Facility Maintenance Services Pre-Solicitation Notice FA441819RA011 1. The 628th Contracting Squadron at Joint Base Charleston, South Carolina, intends to issue a solicitation for proposals on or about 28 Dec 18. The scope of this requirement is for Facility Maintenance services for the Naval Nuclear Training Unit (NPTU) Facilities located on Joint Base Charleston - Weapons Station, South Carolina. 2. The contractor shall provide facilities maintenance support services to approximately Nine (9) Facilities for a total of about 358,910 Square Feet. The services required include Preventive Maintenance and Inspections (PMI) of Real Property (RP) facilities, Real Property Installed Equipment (RPIE), and NPTU specialized equipment designated non-Real Property Installed Equipment (non-RPIE) incidental to the operations and maintenance of the facilities; which includes, but is not limited to, Substation - Dockside Utility Repairs, emergency power reneration, utilities, electrical, mechanical, plumbing, building interior, building exterior, painting, miscellaneous building requirements, miscellaneous equipment requirements, and computerized Direct Digital Controls (DDC) monitoring and sensors. In addition, routine, urgent, and emergency corrective maintenance and repairs identified by service calls and/or during performance of PMI will be required to restore facilities and equipment to safe and reliable operations. The nature of the work performed by NPTU requires a physically secure area with redundant controls. The majority of NPTU areas covered under the PWS are contained within a separate secured perimeter with robust controlled access requirements. Un-escorted Contractor access to NPTU requires adjudicated clearances in accordance with Contractor Industrial Security requirements and must be coordinated with the U.S. Government. Several areas within the NPTU complex require escorted access. Work required for these areas, such as maintenance to the heating, A/C, ventilation, and/or electrical systems, replacement of door and/or hardware, walls, ceilings, flooring, etc., can be performed only after meeting specific NPTU security requirements. 4. This contract action is being considered for 100 percent set-aside for Small Business. 5. The performance period is as follows: Base PoP: 01 April 2019 - 30 September 2019 Option 1: 01 October 2019 to 30 September 2020 Option 2: 01 October 2020 to 30 September 2021 Option 3: 01 October 2021 to 30 September 2022 Option 4: 01 October 2022 to 30 September 2023 6. A firm-fixed priced contract is contemplated. 7. The applicable North American Industry Classification System (NAICS) code is 561210 with a small business size standard of $38,500,000.00. 8. A formal Request for Proposal will be issued on or about 27 Dec 2018 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review the website frequently for any updates/amendments. 10. All prospective contractors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. NOTES: (1) It is the Governments intent to hold a pre-proposal conference on or about 10 Jan 2019 (further details to be announced in the solicitation) (2) It is anticipated the solicitation will be issued electronically on or about 28 Dec 2018 on the Federal Business Opportunities web page at http://www.fbo.gov. (3) Hard copies of the solicitation will NOT be provided. You may download and print from the website. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register, you will receive notice of any amendments and/or addendums that may be issued against the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) database/website https://www.sam.gov/portal/SAM/#1 in order to be eligible for award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Send questions or responses to the address below or via email to primary point of contact NLT 26 Dec 2018 at 2:00 p.m. EST. Contracting Office Mailing Address: 628 CONS/PKA Attn: Marilyn Menjivar 101 E. Hill Blvd Joint Base Charleston, SC 29404-5021 Points of Contact: Primary: Marilyn Menjivar, Contract Specialist, Phone (843) 963-4485 email: marilyn.menjivar.2@us.af.mil. If you send responses via fax, please confirm receipt. Alternate: Melissa Adams, Contracting Officer, Phone (843) 963-5157, email: melissa.adams.21@us.af.mil. If you send responses via fax, please confirm receipt.