Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Mid-Atlantic Regional Maintenance Center Facilities Support Services

Process Number N50054-22-R-0004

USA

Dates:


Notice ID:

N50054-22-R-0004

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

MID ATLANTIC REG MAINT CTR

Office:

MID ATLANTIC REG MAINT CTR

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

jan 13, 2022 12:14 pm est

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 19, 2022 10:00 am est

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

feb 03, 2022

Original Inactive Date:

feb 03, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

8(a) set-aside (far 19.8)

Product Service Code:

z1az - maintenance of other administrative facilities and service buildings

NAICS Code:

561210 - facilities support services

Description:


Original Set Aside:

The Mid-Atlantic Regional Maintenance Center (MARMC) of Norfolk, VA, is issuing solicitation N50054-22-R-0004 for Facilities Building Support Services for MARMC. This requirement includes service to all MARMC buildings: LF-18, CEP-200, CEP-209, CEP-160, Vl47, V58, LP-26, BLDG 19, BLDG 51, BLDG 383, and any additional building MARMC occupies during the period of performance; to include, but not limited to, their related surrounding grounds, all building components (interior, exterior, roof) including operating systems, such as camera and electronic door security, physical security (i.e. doors locks, file cabinet locks, safes, vault doors etc.) heating, ventilation and air conditioning (HVAC), electrical and internal telephone systems, energy controls and management (i.e. BAS), all internal plumbing, and any other Command specific activities needing facility support. The North American Industry Classification System (NAICS) code for this acquisition is 561210, Facilities Support Services, and the applicable size standard is $41.5 million. The contract resulting from this acquisition is anticipated to be a Firm Fixed Price contract. Contract award will be made to the offeror(s) whose proposal(s) represent(s) the best value to the Government after evaluation in accordance with the factors in the solicitation. A Sources Sought Notice was posted to SAM.gov on 14 October 2021 as Notice ID N50054-22-R-0002. Based on the results of the Sources Sought Notice and other market research conducted, the Government has determined that this requirement will be set aside 100% for 8(a) Small Business competition. A DD-2579 documenting this decision has been approved by the Small Business Deputy. The contract will contain a one-year base period and four (4) one-year option periods. The total anticipated contract period of performance is five (5) years. All options will be evaluated in accordance with FAR 17.206(a). Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this solicitation. A site visit is planned for 05 January 2022 at 1300. Please see the Addendum to FAR 52.212-1, Instructions to Offerors, paragraph 2 for more information. Please submit questions (in writing) regarding this solicitation NLT COB on 07 January 2022. Questions may be submitted to jake.a.grady2.civ@us.navy.mil and elizabeth.a.marston.civ@us.navy.mil. Responses to all questions will be posted on the Government wide point-of entry site, SAM, at https://sam.gov. Update 13 January 2022 - Upload 'QuestionsFromIndustry 01132022' Attachment

Attachments / Links:


Document Size Updated date Download

Contact Information:


9727 AVIONICS LOOP BLDG LF-18

NORFOLK , VA 23511-2124

USA

Primary Point of Contacts:

Jake Grady

Secondary Point of Contact:

Elizabeth A. Marston