Multi-Function Support Services (MFSS) for Naval Air Station (NAS) Jacksonville, Florida

SOL #: N6945024R0018Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHEAST
NAS JACKSONVILLE, FL, 32212-0030, United States

Place of Performance

Jacksonville, FL

NAICS

Facilities Support Services (561210)

PSC

Maintenance Of Other Non Building Facilities (Z1PZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Mar 15, 2024
2
Last Updated
May 24, 2024
3
Submission Deadline
May 30, 2024, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a Solicitation Notice for Multi-Function Support Services (MFSS) for Naval Air Station (NAS) Jacksonville, Florida to include Naval Hospital Jacksonville, FL; Fleet Readiness Center Southeast (FRCSE) and outlying areas supported by this command, including Cecil Field Commerce Complex and OLF Whitehouse.

The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Jennifer Doherty, Lead Contract Specialist, jennifer.e.doherty.civ@us.navy.mil.

The solicitation number is N69450-24-R-0018.

This requirement includes, all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Custodial; Pest Control; Integrated Solid Waste Management; Grounds Maintenance and Landscaping; and other related services at NAS Jacksonville, Florida to include Naval Hospital Jacksonville, FL; Fleet Readiness Center Southeast (FRCSE) and outlying areas supported by this command. This requirement is performance based. 

The proposed contract type is a single award Facilities Support Indefinite-Quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) Contract Line Item Numbers (CLINS).  It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. 

The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars.

The contract term is anticipated to be a base period of one-year plus four one-year option periods, for a total contract performance period not to exceed five years.  The base year recurring work requirement will be the overall minimum guarantee.  If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. 

This solicitation is advertised as a competitive 8(a) set-aside.  The Government will only accept offers from 8(a) certified firms. 

The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.

The site visit is scheduled for Tuesday, April 30, 2024. 

No questions will be answered at the site. All questions should be submitted in writing to the Contracting Officer point of contact at: jennifer.e.doherty.civ@us.navy.mil  prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EDT, 07 May 2024. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945024R0018_GPIF.xls).

4/24/24- Amendment 0001 issued to incorporate Site Visit Itinerary.

5/1/24- Amendment 0002 issued to incorporate Site Visit Brief and KTR attendees 

5/17/24- Amendment 0003 issued to incorporate GPI responses & updates to Section F, J, JL-1 and ELINs Attachments.

5/21/24- Amendment 0004 issued to incorporate remaining GPI responses & update to Section C.

5/23/24- Amendment 0005 issued to incorporate updated ELINs Attachment.

People

Points of Contact

Jennifer DohertyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: May 24, 2024
View
Version 9
Solicitation
Posted: May 23, 2024
View
Version 8Viewing
Solicitation
Posted: May 23, 2024
Version 7
Solicitation
Posted: May 21, 2024
View
Version 6
Solicitation
Posted: May 17, 2024
View
Version 5
Solicitation
Posted: May 1, 2024
View
Version 4
Solicitation
Posted: Apr 25, 2024
View
Version 3
Solicitation
Posted: Apr 24, 2024
View
Version 2
Solicitation
Posted: Apr 3, 2024
View
Version 1
Pre-Solicitation
Posted: Mar 15, 2024
View