Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:N4019224R3002
1. THIS REQUIREMENT IS BEING SYNOPSIZED IN ACCORDANCE WITH FAR 5.204. THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR BID. 2. DATE OF...
1. THIS REQUIREMENT IS BEING SYNOPSIZED IN ACCORDANCE WITH FAR 5.204. THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR BID. 2. DATE OF NOTICE: December 28, 2023 3. PLANNED AWARD YEAR: 2024 4. CONTRACTING OFFICE ZIP CODE: 96929 5. PRODUCT/SERVICE CODE: S216 – House Keeping – Facility Operations Support 6. CONTRACTING OFFICE ADDRESS: NAVFAC MARIANAS, MCBCB PWD OFFICE, FSC Contracting Branch, Dededo, GU 96929 7. TITLE: Facility Management (Annex 1501) & Facility Investment (Annex 1502) Services FOR MARINE CORPS BASE CAMP BLAZ, GUAM 8. PROPOSED SOLICITATION NUMBER: N4019224R3002 9. POINT OF CONTACTS: Contracting Officer: Angela M. Santos, angela.santos.civ@us.navy.mil; Contract Specialist: Christen Naputi, christen.m.naputi.civ@us.navy.mil; Contract Specialist: Crescentia Tenorio, crescentia.p.tenorio.civ@us.navy.mil 10. SCOPE: Naval Facilities Engineering Systems Command (NAVFAC) Marianas, Marine Corps Base Camp Blaz (MCBCB) Public Works Department (PWD) Facility Service Contracting (FSC) division has an upcoming requirement for Facility Management (Annex 1501) and Facility Investment (Annex 1502) Services for NSA Marine Corps Base Camp Blaz (MCBCB) including facilities located at MCBCB, NSA Andersen Air Force Base, Skaggs, Harmon and future facilities at Mason LFTRC. Services may also be provided at other locations on the Island of Guam and facilities located at other islands in the Marianas chain including Rota, Tinian, and Saipan. The scope of work includes the following services: ANNEX 1501 - The intent of 1501000 Facility Management is to specify the requirements for facility planning and asset management services including, but not limited to, work control, service call reception, Condition Based Maintenance Management (CBMM) / Infrastructure Condition Assessment Program (ICAP) support and implementation of Contractor’s PM plans into NAVFAC Maximo. Also included are Facility Energy Management, Management of Facility Related Control Systems (FRCS), Operational Technology (OT), and Information Technology (IT) Systems and Applications, and Facility Engineering Services to include engineering document services, WHE engineering services, dig permits and explosive safety submission services. New facilities (planned MILCONs) will be added during the contract period of performance and will become part of the overall contract requirement as soon as they are accepted by the Government, Beneficial Occupancy Date (BOD). Contractor responsibility for maintaining these facilities will begin at BOD. ANNEX 1502 - The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consist of major rehabilitation and capital improvements that’s accomplished through other Navy programs. Incidental major repairs, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. New facilities will be displayed during solicitation in Section J and will be added during the contract period of performance and become part of the overall contract requirements as they meet BOD. Modeled inventory for the new facilities will be provided during solicitation in Section J in accordance with scheduled BOD dates. A column indicating the number of months the Contractor will be required to provide services for each facility will be included in the facility inventories. Preventive maintenance (PM) inspection of systems and equipment and other Sustainment, Restoration and Modernization (SRM) work are covered under 1502000 Facility Investment. The DRAFT Scope of Work is provided with this notice. Attachments will be provided with the release of the solicitation. 11. PROCURMENT METHOD: FAR part 15 Contracting by Negotiation utilizing Best Value Tradeoff. The NAICS Code for this procurement is 561210 – Facilities Support Services and the annual small business size standard is $47.0M dollars. The intent of this pre-solicitation synopsis is to notify potential offerors of a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) service contract comprised of Recurring and Non-Recurring work items. The contract term is anticipated to be a base period of twelve (12) months, with four (4) 12-month option periods. The Government may require the Contractor to continue performance for an additional period up to six (6) months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. The total term of the contract, including all options, will not exceed 66 months. Only the base period of the contract will offer a minimum guarantee and the maximum value of the contract will be the total of all the Contract Line Items in the Schedule. The Government will not synopsize the options when exercised. 12. This contract will replace a portion of a BOSC contract (cost plus award fee) awarded in 2020 for $39,611,315.73 (base year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. 13. Offerors can view and/or download the solicitation, and any attachments, at https://www.beta.sam.gov under “contract opportunities” when it becomes available. NO HARD COPIES WILL BE PROVIDED. Notification of any amendments to the solicitation will only be made on the SAM website for any posted changes. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR ANY AMENDMENTS ISSUED TO THE SOLICITATION. 14. The proposed contract listed here is 100 percent HUBZone set-aside. The Government will only accept offers from certified HUBZone business concerns. 15. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government. 16. A sources sought notice (N4019224R3002) for this procurement was posted on 09 November 2023 on SAM, and a market survey conducted that included an assessment of relevant qualifications and capabilities of potentially firms. As a result of the market research analysis, a determination was made to set aside this procurement under the HUB Zone business concerns. The NAVFAC Marianas small business office concurs with this decision. 17. The solicitation will be issued on or about January 30, 2024. Proposals will be due on or about February 30, 2024 to NAVFAC Marianas, Marine Corps Base Camp Blaz Public Works Department, Guam at the time specified in the solicitation.