Search Contract Opportunities

DLA Distribution San Joaquin, CA - Installation Support Services   4

ID: SP3300-21-R-5004 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DLA Distribution has a requirement to contract for installation support services at DLA Distribution San Joaquin, California (DDJC). This includes all labor, material, tools, equipment, transportation, and any other items and/or services not Government furnished. The primary mission of the proposed installation support services contract is to plan, program, manage, and execute efficient and effective facilities support services, utilities operations, facilities maintenance and repair, grounds maintenance and repair, equipment maintenance and repair, and mail services for the DDJC installation.

The contractor currently performing similar services for DLA Distribution is Akima Support Operations, LLC under contract SP3300-17-C-5002. This contract is currently set to expire February 28, 2022.

The acquisition includes a Performance Work Statement (PWS) that encompasses all installation support service requirements to support DDJC. The major functional areas within the PWS include but are not limited to the following:

Facility Operations, Maintenance, and Repair. This includes the operations, preventive maintenance (PM), and repair of facilities/real property to adequately support the mission of the depot and prevent deterioration. This includes but not limited to performing inspections, maintenance, and repairing buildings, structures, and associated property and equipment with a variety of trades such as fire alarm, fire protection, security, carpentry, plumbing, electrical, masonry, heating and air-conditioning, and sheet metal working. The real property includes office buildings, warehouses, Child and Youth facilities, and recreational facilities.

Utilities Operations, Maintenance and Repair. This includes operating, maintaining, and repairing the utilities which includes but is not limited to: storm water systems; wastewater treatment plant and lift stations; interior, exterior and high voltage electrical systems; water distribution systems and natural gas systems.

Grounds Maintenance and Repair. This includes maintaining lawns, bedding areas, roads, grass, trees, shrubs, plant beds and plants. It includes maintaining all common areas, all improved grounds (lawns), playgrounds areas, maintaining road and parking lots pavements. This also includes Pest Management Services, which is the protection of public health and installation property by controlling insects, rodents and other pests, vermin or organisms while minimizing the use of pesticides. This also includes providing wild animal control services such as rodents, nesting birds, ground hogs, squirrels, snakes, skunks, raccoons, opossums, and rabbits.

Equipment Maintenance and Repair. This includes maintaining, repairing (including normal parts replacement), fabricating parts, and doing minor bodywork such as metalworking, welding, and painting for mobile equipment and vehicles. This includes replacing items such as tires, batteries, fluids, and other parts and components and performing PM on MHE, vehicles and equipment. Collecting of data for environmental compliance and inputting the data into databases and/or reports to be turned in to the KO or designee.

Mail Services. This includes performing internal and external mail processes, notifying customers of changes by the United States Postal Service (USPS), United Parcel Service, and Federal Express (FedEx) and serving as the installation's Official Mail and Distribution Center (OMDC) to receive, process, dispatch, and deliver incoming and outgoing official mail, correspondence, and parcels.

This requirement is for a long-term contract with one base year and four, one-year option periods. The base year will include a three (3) month transition period. The estimated period of performance dates for this requirement are shown below.

YEAR PERIOD OF PERFORMANCE

Base Year* 01 June 2022 31 July 2023

Option Year 1 01 June 2023 31 July 2024

Option Year 2 01 June 2024 31 July 2025

Option Year 3 01 June 2025 31 July 2026

Option Year 4 01 June 2026 31 July 2027

*Includes three-month transition period

This acquisition will be competitively solicited to eligible 8(a) firms utilizing FAR Part 15, Contracting by Negotiation, procedures. Proposals will be evaluated in accordance with FAR 15.101-1, Tradeoff process. It is anticipated that contract award will be made in May 2022.

The NAICS code and Size Standard are 561210 and $41.5 million, respectively. All documents related to this notice will be posted to the sam.gov website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.

The tentative timeframe for issuance of the Request for Proposal for the above stated requirement is anticipated in August 2021. A pre-proposal conference will be scheduled. Further information and instructions for registering for the pre-proposal conference will be posted to the sam.gov website.

Any questions concerning this acquisition should be directed to the Acquisition Specialist, Tyler Houser at tyler.houser@dla.mil AND Contracting Officer, Jada Weaver at Jada.Weaver@dla.mil. All questions should be submitted in writing via email to the above points of contact.

Overview

Response Deadline
July 31, 2021, 5:00 p.m. EDT Past Due
Posted
July 15, 2021, 3:54 p.m. EDT
Set Aside
8(a) (8A)
Place of Performance
Tracy, CA United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
90%
On 7/15/21 DLA Distribution issued Presolicitation SP3300-21-R-5004 for DLA Distribution San Joaquin, CA - Installation Support Services due 7/31/21. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC S216.
Primary Contact
Name
Tyler R. Houser   Profile
Phone
(717) 504-0225

Secondary Contact

Name
Jada A. Weaver   Profile
Phone
(717) 770-4378

Documents

Posted documents for Presolicitation SP3300-21-R-5004

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation SP3300-21-R-5004

Award Notifications

Agency published notification of awards for Presolicitation SP3300-21-R-5004

Contract Awards

Prime contracts awarded through Presolicitation SP3300-21-R-5004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SP3300-21-R-5004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SP3300-21-R-5004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISTRIBUTION > DLA DISTRIBUTION
FPDS Organization Code
97AS-SP3300
Source Organization Code
500045599
Last Updated
Aug. 31, 2021
Last Updated By
tyler.houser@dla.mil
Archive Date
Aug. 31, 2021