Skip to main content

An official website of the United States government

You have 2 new alerts

Swimming Pool Maintenance Services at Naval Air Station (NAS) Pensacola, Florida

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 20, 2022 03:23 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S299 - HOUSEKEEPING- OTHER
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    Pensacola , FL
    USA

Description

This is a synopsis notice for Swimming Pool Maintenance Services at Naval Air Station (NAS) Pensacola, Florida.

The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL  32212. The primary point of contact is Macie Higginbotham, Contract Specialist, Email: macie.d.higginbotham.civ@us.navy.mil, or Kendra McMahon at Kendra.l.mcmahon.civ@us.navy.mil.

The proposed solicitation number is N6945023Q0003.

The work includes, but is not limited to, all labor, management, supervision, tools, materials, equipment, facilities, transportation and other items necessary to manage, operate, and maintain swimming pools under Sub-annex 1503040 Other (Swimming Pools) at NAS Pensacola.  This requirement is performance based.   

The proposed contract type is a facilities support indefinite-quantity purchase order.  It will be competitively procured using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13, Simplified Acquisition Procedures. 

The primary NAICS Code for this procurement is 561790 and the annual small business size standard is $8M.

The contract term is anticipated to be a one-year base period plus four one-year option periods, for a total performance period not to exceed five years (60 months).  The base period recurring work requirement will be the overall minimum guarantee.  In addition, if the Government requires continued performance of any services within the limits of the purchase order, FAR 52.217-8, Option to Extend Services, may be exercised to extend performance for a period not to exceed six months.

This purchase order will replace contract N6945018D1730 for similar services, awarded in 2018.  Information about the current contract and the incumbent contractor (e.g. firm name, address, etc.) will be included in the solicitation package.  Requests under the Freedom of Information Act are not required for this information.

The proposed solicitation is a 100% small business set-aside.  The Government will only accept offers from small business concerns.    

The solicitation utilizes evaluation procedures which require offerors to submit price and non-price information.  The Government will award to the responsible offeror whose quote conforms to the solicitation, offers the lowest price, and is the most advantageous to the Government.

Offerors can view and/or download the solicitation on the SAM.gov website when it becomes available. The anticipated date of solicitation issuance is on or after November 1, 2022.

Contact Information

Contracting Office Address

  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Nov 15, 2022 11:56 pm ESTPresolicitation (Original)