Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N4019223R7008
PRESOLICITATION SYNOPSIS N40192-23-R-7008 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 N40192-23-R-7008 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) contract for a twelve (12)-month base period, four (4) twelve (12)-month option periods, and a six (6)-month contract extension, if exercised by the government. This requirement is a follow-on to the current Pest Control Contract N40192-18-D-7008. General Work Requirements: The outcomes to be achieved are the provisions of all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items required to perform pest control services at various military installations, Marianas Guam, consistent with FAR 37.101 definition of service contracts. The requirement is performance based, with FFP and IDIQ pre-priced line items. 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 Proposal (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 – Recent, Relevant Experience of the Firm, Factor 3 – Safety, Factor 4 - Management Approach, and Factor 5 – Past Performance on Recent, Relevant Projects. Recent is considered to be a project within the past five (5) years of the date of issuance of this RFP and relevancy is based on similarity of pest control services, complexity, dollar value, and contract type. The contract is projected to start on 1 April 2023. The North American Classification System (NAICS) is 561710, the size standard is $15.5 million dollars. The proposed procurement listed herein is a competitive 8(a) Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM website on or around 19 December 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. The SAM site address is https://www.sam.gov/portal/SAM/. 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://www.sam.gov/portal/SAM/ Market Research was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to set aside this procurement as an 8(a) set aside (FAR 19 – Small Business Programs). The Naval Facilities Engineering Systems Command (NAVFAC) Marianas small business office concurs with this decision.