Inactive
Notice ID:N6274223R3500
This contract action is for Global Contingency Services Multiple Award Contract, (GCSMAC) with incidental construction, is to quickly provide short-term facility support services in support of natural...
This contract action is for Global Contingency Services Multiple Award Contract, (GCSMAC) with incidental construction, is to quickly provide short-term facility support services in support of natural disasters, humanitarian efforts, the full range of military actions, incumbent contractor's nonperformance (i.e., default or bankruptcy) or potential breaks in service (e.g., when a protest is received on a solicitation or as a short term solution while a long term contract is being developed) at various locations (including remote locations) throughout the world. Potential customers for this contract may extend beyond the Department of Defense to include other federal agencies. The Installation Management Accounting Project (IMAP) Model 2021, J-0200000-01, shows the Core Business Areas, the associated functions, and sub-functions that are included in the scope of this contract. These functions are Air Operations; Port Operations; Ship Charter; Training and Readiness; Emergency Management; Fire and Emergency Services; Force Protection; Safety, Environmental (Compliance, Conservation, Cultural); Facility Support (Base Support Vehicle & Equipment (BSVE), Collateral Equipment, Facility Investment, Facility Management, Real Estate Leases, Facility Services, Utilities); Fleet and Family Readiness (Unaccompanied Housing; Galley, Lodging, MWR, Child & Youth Programs, Family Housing, Fleet and Family Support, Other Community Support); Command & Staff (Command; Info Tech Services; Resource Management; Supply; and Total Force Management). The solicitation will be advertised on an unrestricted basis inviting full and open competition. The North American Industry Classification System (NAICS) Code is 561210 and the annual applicable size standard is $47 million. Approximately five (5) contracts may be awarded, unless it is determined that a number more than five (5) is in the best interest of the Government. The Government intends to award Indefinite-Delivery, Indefinite-Quantity, multiple award contracts with the capability to issue Firm-Fixed-Price (FFP) and Cost-Plus- Award-Fee (CPAF) task orders. The Performance Work Statement (PWS) is organized into annexes to include: General Information; Management and Administration; Command and Staff; Public Safety; Air Operations; Port Operations; Ordnance; Range Operations; Health Care Support; Supply; Fleet and Family Readiness; Morale, Welfare and Recreation Support; Galley; Housing; Facilities Support; Utilities; Base Support Vehicles and Equipment; and Environmental. The contract period of performance is anticipated to consist of a 12-month base period and seven (7) potential 12-month option periods and a six-month extension of services period for a total maximum duration of 102 months. The Government will not issue a synopsis when exercising the option(s). Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. All responsible sources may submit a proposal in response to the solicitation, which shall be considered. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a cost proposal for evaluation by the Government. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, cost and non-cost factors considered. The Offeror's Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The anticipated technical evaluation factors are as follows: (1) Safety; (2) Management Approach; (3) Corporate Experience, and (4) Past Performance. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be issued on or about 15 days from the date of this notice. Proposals received from all responsible sources will be considered. The RFP will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml and can be downloaded free of charge. All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE. Amendments and Notices will be posted on PIEE for downloading. 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 from the Adobe website. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. Once the RFP has been posted, all technical/contractual questions must be submitted in writing to: NFPACQ23-Box2@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. The Request for Proposal (RFP) will be posted at https://sam.gov on or about 15 July 2023. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THECONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. Once the RFP has been posted, all technical/contractual questions must be submitted in writing to: NFPACQ23-Box2@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Previously, offerors were required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. 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. A virtual pre-proposal conference will be held in August or September 2023 via MS Teams. Approximate date and registration instructions will be provided in RFP. The purpose of the conference will be to familiarize prospective offerors with the extent and nature of the project, as well as the unique features of the proposal requirements. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.