Search Contract Opportunities

REGIONAL DIVING SERVICES

ID: N4008519R9181 • 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

Posted: June 18, 2019, 11:04 a.m. EDT
This modification is to revised the North American Classification System (NAICS) to read as 561990 in the previous posted description. Jurmin Francis-Ross contact number to read as 757-341-1673. No other change applies.
Posted: June 14, 2019, 2:20 p.m. EDT
REGIONAL DIVING SERVICES FOR SEWELL TMS POINT, NORFOLK; LAMBERT TMS POINT, YORKTOWN; NORFOLK NAVAL SHIPYARD, PORTSMOUTH NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA AND SURROUNDING AOR This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential Offerors of an IDIQ for Regional Diving Services. The work identified is to be provided by means of an Indefinite Delivery Indefinite Quantity contract with Non-Recurring Services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technical acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. 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 advantageous to the Government price and other evaluation factors considered. The offeror TMs proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 Technical Approach/Management, Factor 2 Corporate Experience, Factor 3 Safety and Factor 4 Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A maintenance service contract with the cumulative value of at least $500,000.00 per year. This may include one project, or multiple indefinite delivery/indefinite quantity orders. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment to provide diving services and other items necessary as defined by the RFP. Demonstrate the ability to perform various services included in the PWS: Degaussing Range, Video diving, OT Diving, OT Diving Deperming and general diving, and other services that may be typical of a diving services contract.. Complexity: Demonstrate the ability to respond multiple service call for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. 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. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 5621990, the size standard is $11M. The proposed procurement listed herein is full and open/unrestricted business concern. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 22 July 2019. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Jurmin Francis-Ross (jurmin.francis-ross@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY 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 via the Internet at https://www.sam.gov/portal/SAM/ . This contract will replace a contract for similar services. The current contract is N40085-14-D-8132, REGIONAL DIVING SERVICES. The current contract expires 31 October 2019.

Overview

Response Deadline
None
Posted
June 14, 2019, 2:20 p.m. EDT (updated: June 18, 2019, 11:04 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$16.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 6/14/19 Naval Facilities Engineering Command issued Presolicitation N4008519R9181 for REGIONAL DIVING SERVICES. The opportunity was issued full & open with NAICS 561990 and PSC S.
Primary Contact
Name
Jurmin Francis-Ross 757-341-1673 LeeArjetta W. Hamilton 757-341-1971
Email
Phone
None

Documents

Posted documents for Presolicitation N4008519R9181

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N4008519R9181

Contract Awards

Prime contracts awarded through Presolicitation N4008519R9181

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008519R9181

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008519R9181

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
July 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 3, 2019