Base Operations Support (BOS) services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA.
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 (Updated)
- Updated Published Date: Jan 05, 2023 03:58 pm EST
- Original Published Date: Jan 03, 2023 03:06 pm EST
- Updated Response Date: Jan 17, 2023 04:30 pm EST
- Original Response Date: Jan 12, 2023 04:30 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1PZ - MAINTENANCE OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: New Orleans , LAUSA
Description
This is a Synopsis Notice for Base Operations Support (BOS) services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA.
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 Courtney Peterson, Contract Specialist, darrien.a.thomas.civ@us.navy.mil
The proposed solicitation number is N69450-23-R-0014.
The work includes, but is not limited to, all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management; Other (Swimming Pools); Grounds Maintenance & Landscaping; Pavement Clearance; Electrical; Natural Gas; Wastewater; Water; and other related services at NSA New Orleans, LA; NAS JRB New Orleans, LA; NOSC Shreveport, LA; and NIWC Atlantic at the University of New Orleans, LA. This requirement is performance based.
The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation.
The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $41.5M dollars.
The contract term is anticipated to be a base period of one (1) year plus seven (7) one-year option periods, for a total contract performance period not to exceed eight (8) years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, 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.
These services are currently being performed under contract N69450-18-D-1715, awarded in 2018, for Facility Management; Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management; Other (Swimming Pools); Grounds Maintenance & Landscaping; Pavement Clearance; Electrical; Natural Gas; Wastewater; Water; and other related services. 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.
The proposed solicitation will be issued as a total small business set-aside. The Government will only accept offers from small business certified concerns.
The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.
Offerors can view and/or download the solicitation on Contract Opportunities at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 17 Jan 2022.
The site visit is scheduled for Tuesday and Wednesday, 24 & 25 January 2023, at Naval Air Station Joint Reserve Base (NAS JRB) New Orleans, LA. All attendees must register with the Contracting Office to gain access to the base for the site visit. Attendees are limited to (2) two representatives per company. To register, all contractors must submit the name, company represented, and phone number for all personnel who will be attending the site visit to darrien.a.thomas.civ@us.navy.mil and cari.l.fiebach.civ@us.navy.mil no later than 2:00 PM EST on Friday, 20 January 2023.
Registered attendees will rally at the front gate parking lot of NAS JRB New Orleans, 400 Russell Ave, New Orleans, LA 70143 between 8:00 and 9:00 am CST on Tuesday, 24 January 2023. The Government will provide transportation from the designated location. Only registered Contractors will be allowed to participate in the site visit. In addition, the site visit may be canceled or additional requirements imposed by the Government at any time due to changes in the level of security and health conditions. Contractors are responsible for any costs incurred to participate in this site visit.
Additional details regarding the site visit will be provided in the solicitation
Attachments/Links
Contact Information
Contracting Office Address
- COMMANDING OFFICER B-903 YORKTOWN
- NAS JACKSONVILLE , FL 32212-0030
- USA
Primary Point of Contact
- Darrien Thomas
- darrien.a.thomas.civ@us.navy.mil
Secondary Point of Contact
- Cari Fiebach
- cari.l.fiebach.civ@us.navy.mil
History
- Feb 01, 2023 11:58 pm ESTPresolicitation (Updated)
- Jan 03, 2023 03:06 pm ESTPresolicitation (Original)