Search Contract Opportunities

NOSC ST Services at NOSC Plainville CT, NOSC Bronx NY, NOSC Quincy MA, NOSC White River Junction VT, and Naval Historical Center Detachment Boston, MA   3

ID: N4008520R2500 • Type: Solicitation • Match:  95%
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

Posted: Jan. 7, 2020, 7:34 a.m. EST

Amendment 0003 provides the corrected Facility Equipment Inventory list.

Amendment 0002 for this solicitaiton provides the Governments Response to Requests for Information.

Amendment 0001 for this solicitation extends the proposal due date and provides the Governments response to requests for information.

The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for facilities and installed equipment and systems at NOSC Plainville, CT; NOSC Bronx, NY; NOSC Quincy, MA; NOSC White River Junction, VT and Naval Historical Center-Detachment Boston, MA. Contractor may be asked to perform services at other facilities under the AOR (area of responsibility) of PWD Maine.

The work identified is to be provided by means of a combination Firm Fixed Price and Indefinite

Delivery/Indefinite Quantity type contract. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be most advantageous to the Government; price and other technical evaluation factors considered. Source Selection procedures will be used to select the proposal that is technically acceptable and provides the lowest price to the government, all offerors will be evaluated using the Lowest Price/Technically Acceptable criteria. The offerors proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The technical evaluation factors are: (1) Technical Approach/Management, (2) Corporate Experience, (3) Safety, and (4) Past Performance. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. If determined to be in the best interest of the Government, the Government has the option to extend the term of the contract services for additional periods of twelve months. The total contract term, including the exercise of any options, shall not exceed 60 months.

The North American Industry Classification System (NAICS) is 561210 with a size standard of $41.5M. The proposed procurement listed herein is restricted to certified 8(a) companies. The site address is https://beta.sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/

Posted: Jan. 6, 2020, 3:06 p.m. EST
Posted: Dec. 30, 2019, 1:01 p.m. EST
Posted: Nov. 26, 2019, 10:05 a.m. EST

Overview

Response Deadline
Jan. 13, 2020, 2:00 p.m. EST (original: Dec. 30, 2019, 2:00 p.m. EST) Past Due
Posted
Nov. 26, 2019, 10:05 a.m. EST (updated: Jan. 7, 2020, 7:34 a.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Kittery, ME 03904 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/26/19 Naval Facilities Engineering Command issued Solicitation N4008520R2500 for NOSC ST Services at NOSC Plainville CT, NOSC Bronx NY, NOSC Quincy MA, NOSC White River Junction VT, and Naval Historical Center Detachment Boston, MA due 1/13/20. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC S216.
Primary Contact
Title
Contract Specialist
Name
Dan Courant   Profile
Phone
(207) 438-2976

Secondary Contact

Title
Contract Specialist
Name
Jeannette Vincent   Profile
Phone
(207) 438-4619

Documents

Posted documents for Solicitation N4008520R2500

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation N4008520R2500

Award Notifications

Agency published notification of awards for Solicitation N4008520R2500

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N4008520R2500

Contract Awards

Prime contracts awarded through Solicitation N4008520R2500

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N4008520R2500

Similar Active Opportunities

Open contract opportunities similar to Solicitation N4008520R2500

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
June 30, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 30, 2020