102 Operations Support
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Updated)
- Updated Published Date: Aug 27, 2024 02:57 pm EDT
- Original Published Date: Aug 27, 2024 09:32 am EDT
- Updated Date Offers Due: Sep 26, 2024 02:00 pm EDT
- Original Date Offers Due: Sep 26, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 11, 2024
- Original Inactive Date: Oct 11, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: Indian Head , MD 20640USA
Description
The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, at various mission related locations in and around Naval Support Facility Indian Head by means of a combination of Recurring and Nonrecurring Work. Contractor shall provide all labor, material and Material Handling Equipment (MHE) to perform scheduled and unscheduled work.
Basis for Award: For award purposes, the lowest offeror shall be the conforming, responsive, responsible offeror with the lowest total price of All Contract Line Items (CLINS).
All offerors shall have a current registration in the System for Award Management (SAM) and possess a current UEI number. No award shall be made to any offeror who does not meet these requirements.
The Government reserves the right to consider past performance information available from sources including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS).
Offerors responding to this solicitation shall submit their proposal via email to Jeremy Taylor at jeremy.g.taylor2.civ@us.navy.mil. Responses shall include the following:
1.) Ability to meet delivery requirement and cost of CLINs, shipping fees, etc.
2.) The company's CAGE code, UEI, and Taxpayer ID number.
3.) All FAR certifications and representations must also accompany the quote unless available via the System for Award Management (SAM).
4.) Any questions or Pre-Proposal Inquries (PPIs) must be submitted 15 days after issuance of this solicitation.
There is not an incumbent contractor currently performing this service for NSWC IHD.
It is the contractor's responsibility to check the SAM.gov website for all amendments to this subject RFP.
Offerors are reminded that ALL proposal information must be received no later than the date and time specified on pg. 1, block 8 of this Solicitation (RFP) N0017424R0031. Any information received after that date/or time will be deemed late and will not be considered for award.
Offers must be received no later than the Solicitation due date/time.
Attachments/Links
Contact Information
Contracting Office Address
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
Primary Point of Contact
- Jeremy Taylor
- jeremy.g.taylor2.civ@us.navy.mil
Secondary Point of Contact
History
- Nov 01, 2024 11:55 pm EDTSolicitation (Updated)
- Aug 27, 2024 02:57 pm EDTSolicitation (Updated)
- Aug 27, 2024 09:32 am EDTSolicitation (Original)
- Dec 26, 2023 11:55 pm ESTSources Sought (Updated)