Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Department of the Navy / NAVFACSYSCOM MID-ATLANTIC has issued a Pre-solicitation Synopsis for Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. This will be a Full and Open/Unrestricted procurement for a combination Firm-Fixed Price/Indefinite Quantity (FFP/IDIQ) contract. The Request for Proposals (RFP) is anticipated to be released on or about January 24, 2019, with proposals due at least 30 days thereafter.
Scope of Work
The contractor will provide all labor, management, supervision, tools, material, and equipment for BOS services. This includes:
- Facilities Support Services: Fire Protection, Supervisory Control and Data Acquisition (SCADA) System, Overhead Doors, Exhaust Hoods Suppression System, Dock Levelers, Swimming Pools/Equipment, Power Automatic Doors, Disabled Access Swing Doors, SCADA System for Boilers, Plymo-Vent System, Pool Operator Maintenance, Water Treatment, Maintenance and Repair of Leased Vehicles.
- Facility Planning and Asset Management Services: Work control, service call reception, Condition Based Maintenance Management (CBMM)/Infrastructure Condition Assessment Program (ICAP) support, Regional Shore Installation Plan (RSIP) support, Basic Facility Requirements (BFR) determination, Space Management Planning, Real Property Records Maintenance, Real Estate Management support, Technical Library Operation, Preventive Maintenance (PM) inspection, Restoration and Modernization (SRM) work, and Base Support Vehicles and Equipment (BSVE).
Contract & Timeline
- Type: Combination Firm-Fixed Price/Indefinite Quantity (FFP/IDIQ)
- Duration: Base period + four (4) one-year option periods, not exceeding 60 months cumulatively. Initial term may be less than one year.
- Set-Aside: Full and Open/Unrestricted
- NAICS: 561210 (Facilities Support Services), Size Standard: $38.5M
- RFP Release: On or about January 24, 2019
- Proposal Due: At least 30 days after RFP posting
- Published: December 19, 2018
Evaluation
Award will be made using FAR Part 15 Source Selection procedures (Best Value, tradeoff analysis). Proposals must be technically ACCEPTABLE under all factors:
- Factor 1: Management Approach
- Factor 2: Recent, Relevant Experience of the Firm (must be similar in size, scope, and complexity)
- Size: Yearly value of at least $700,000 for recurring services.
- Scope: Ability to provide maintenance/repair for a wide variety of systems/equipment and miscellaneous services (e.g., pest control, locksmith).
- Complexity: Ability to respond simultaneously to service calls and manage competing priorities.
- Factor 3: Safety
- Factor 4: Past Performance
Additional Notes
This procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering via FedMall. Acceptance of Government Purchase Credit Cards and purchase of FedMall Encrypted software are required. All offerors must be registered in the System for Award Management (SAM) database (www.sam.gov). Technical inquiries must be submitted in writing to Malita Smith (malita.smith@navy.mil) 10 days prior to the RFP due date. The RFP and any amendments will be posted on the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil).