Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N40192-20-R-4010
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to serve as a PRE-SOLICITATION SYNOPSIS ONLY. The Solicitation will be is...
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to serve as a PRE-SOLICITATION SYNOPSIS ONLY. The Solicitation will be issued under solicitation number N40192-20-R-4010 and be posted at https://beta.sam.gov/. The estimated proposal due date shall be at least 30 days after the RFP is posted. The proposed contract is a performance-based acquisition for the contractor to provide all labor, supervision, management, tools, material, equipment, facilities, transportation, incidentals, and other items necessary to accomplish all work to perform preventive and corrective maintenance services for one Multi-Purpose Craft (MPC) and High Speed Maneuverable Surface Targets (HSMST), Ship Deployable Surface Targets (SDST), and Surface Towed Targets (SST) for Pacific Missile Range Command (PRMF) Detachment Guam at Naval Base Guam (NBG), Guam, Northern Marianas Islands. The outcomes of this acquisition are consistent with FAR 37.101 definition of service contracts. The Performance Work Statement (PWS) will be posted with the solicitation. This acquisition will be solicited as a competitive Total Small Business Set-Aside procurement. The Government will only accept offers from certified Small Businesses. The acquisition will result in a single award of a combination Firm-Fixed Price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) type contract. The contract length is estimated at one (1) base period and four (4) option periods. The contract will include the Option to Extend the Term of the Contract – Services clause whereby options may be exercised in subsequent years for a total period not to exceed 60 months. The contract will include FAR clause 52.217-8 Option to Extend Services. The NAICS Code for this procurement is 488390 and the annual size standard is $41.5 (millions of dollars) This is a lowest priced technically acceptable (LPTA) source selection procurement requiring both non-price and price proposals. Award of a contract shall be made to the responsible Offeror whose proposal, conforming to the solicitation, represents the lowest priced technically acceptable proposal, price and non-price factors considered. The RFP will be posted on the https://beta.sam.gov website and can be downloaded free of charge. The RFP is available in electronic format only. All prospective Offerors are encouraged to register for the solicitation. Amendments and Notices will be posted on https://beta.sam.gov/. 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 SOLICITATION. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge form the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: Jeno Aguon at Jeno.Aguon@fe.navy.mil, and Dante.Serneo@fe.navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. To be eligible for contract award, offerors must be registered in the DoD System for Award Management (SAM). Register via the SAM website http://www.sam.gov. All prospective offerors interested in submitting a quote must have valid Government Entity (CAGE) code. IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.sam.gov and have a registered DUNS number prior to award. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DOD contracts. Site Visit: (Time and Location to be confirmed via Solicitation)