Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N62478-20-R-2487
The Contractor shall provide all components, materials and parts, equipment, including any required personal protective equipment; labor; management; supervision; technical expertise; tools; and trans...
The Contractor shall provide all components, materials and parts, equipment, including any required personal protective equipment; labor; management; supervision; technical expertise; tools; and transportation necessary to perform the maintenance and service requirements of this contract. The work includes, but is not limited to the following: Building and Structures: Memorial Fountain (water feature), HEMP Shelters. Building Systems: Facility Ventilation Intake, Exhaust Filters, Dust Collector Filter Cartridges, Various Swimming Pools, Training Facilities, Radon Mitigation Systems, High Security Revolving Doors, Circle Interlocking Doors, Reverse Osmosis Systems, Photovoltaic (PV) Systems, Solar Hot Water Systems. High Altitude Electromagnetic Pulse (HEMP) Shelters: Hardness Critical Assemblies (HCAs). Locksmith Facility Investment Services: Repair/Installation of locks, locking hardware, and locking devices, Neutralization of locks, locking hardware, and locking devices, Key duplication, Pinning cylinders Keyed Different (KD), Keyed Alike (KA), and Mastered Keyed (MK) systems, Combinating and re-combinating locks. A Secret Facility Clearance will be required. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561210 and the annual size standard is $41,500,000. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. This contract will replace a contract for similar services awarded in 2017. 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. Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. The subject solicitation will be issued as an 8(a) small business set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination. Offerors can view and/or download the solicitation, and any attachments, at https://beta.sam.gov when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, and Past Performance information), and a price proposal for evaluation by the Government. Proposal receipt date is approximate and will be as shown on the solicitation. When posted, the solicitation will include pre-proposal site visit request, which must be submitted within five days.