Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:N4019221R9101
PRESOLICITATION SYNOPSIS N40192-21-R-9101 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this presolicitation synopsis is to notify potential offerors of ...
PRESOLICITATION SYNOPSIS N40192-21-R-9101 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this presolicitation synopsis is to notify potential offerors of a Firm Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ) Type contract for recurring/non-recurring work to provide Custodial Services at all U.S. Naval Activities and tenants, U.S. Naval Hospital (Medical Treatment Facilities), Apra Clinic (MCAG), Marine Corps Base Camp Blaz (MCBCB), and other Federal Agencies, Guam. General Work Requirements: The outcomes to be achieved are the contractor shall provide all labor, management, supervision, tools, material, mobilization cost and equipment required to perform custodial services at all U.S. Naval Activities and tenants, U.S. Naval Hospital (Medical Treatment Facilities), Apra Clinic (MCAG), Marine Corps Base Camp Blaz (MCBCB), and other Federal Agencies, Guam. The outcomes to be achieved are consistent with Federal Acquisition Regulation (FAR) 37.101 definition of service contracts. The requirement is performance based, with Firm Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ) Type contract for recurring (FFP) & non-recurring (IDIQ) Custodial Services. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach, Factor 2 – Offeror Experience, Factor 3 – Safety, Factor 4 – Management Plan/Quality Control and Factor 5 – Past Performance on Recent, Relevant Projects. The distinction between experience and past performance is that experience pertains to the volume of work completed by a contractor that are comparable to the types of work described under the definition of recent, relevant projects, in terms of size, scope, and complexity. Past performance pertains to both the relevance of recent efforts and how well a contractor has performed on the contracts. The full performance start of the Custodial services contract is anticipated to commence on 29 December 2021. There will be a (twelve) 12-month base period and four (4) 12 (twelve) month option periods. There will also be a 6-month optional contract extension. The North American Classification System (NAICS) is 561720 (Janitorial Services), the size standard is $19.5 Million Dollars. The proposed procurement listed herein is a HUBZone small business set aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM website around 06 August 2021. The estimated proposal due date shall be at least 30 days after the RFP is posted. Requests for Information (RFI) or Technical inquiries must be submitted in writing 10 days prior to the RFP due date unless otherwise noted. The SAM site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov. As a result of the market research analysis, a determination was made to set aside this procurement as a HUBZone small business set aside procurement under full and open competition in accordance with the requirement of FAR Part 19 (Small Business Programs) and in conjunction with FAR Part 15 (Contracting by Negotiation). The NAVFAC Marianas small business office concurs with this decision.