BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Dahlgren, Virginia. Contact the soliciting agency for additional information.

Naval Surface Warfare Center Dahlgren Division Sources Sought and Advance Notice For Facility Maintenance Support Contract (FMSC) Follow on of GS06Q16BQDS105/N0017820FD302 N00178-23-R-4216 The following is being provided to request for capability statements to determine if the requirement will be set-aside to small businesses and is being provided to enhance competition and allow industry adequate time to develop acquisition strategies Background - The Naval Surface Warfare Center Dahlgren Division (NSWCDD) and Dam Neck Activity (DNA) provides comprehensive and dedicated support to the Navy of research, development, test and evaluation, analysis, systems engineering, integration and certification of complex naval warfare systems and fleet support. This contract is for facilities support and light construction projects, supporting facility maintenance, for the Naval Surface Warfare Center Dahlgren Division (NSWCDD). The requirement of the FMSC is to maintain the assets (property, administrative facilities, infrastructure, and services) necessary to support the NSWCDD mission, while enhancing the safety and quality of the workplace environment. In support of its mission, NSWCDD has a requirement to manage, operate and maintain facilities at NSWCDD locations identified in the Performance Work Statement (PWS). The major functional areas of this requirement are: 1) Facility Operations 2) Management, 3) Maintenance operations, and 4) Building Critical Systems Support. The Contractor shall provide labor, supervision, materials, and equipment to provide for maintaining, and repairing in support of NSWCDD's mission capability. Operation and execution are primarily focused in maintaining, repairing, upgrading and non-structural light construction in accordance with and not exceeding Category II, III and Category IV of the Naval Facilities Engineering Command (NAVFAC) Engineering & Construction Bulletin Issue No.2006-04. All such support shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. The Contractor shall provide all labor, supervision, materials, and equipment not otherwise specified as government provided, necessary to provide for facility systems operations, building and facilities logistical service support at the facilities identified herein. Follow-on - This is a follow on requirement to GS06Q16BQDS105/N0017820FD302. NAICS: The anticipated NAICS for this requirement is 561210 (Facilities Support Services). PSC: The anticipated PSC for this requirement is Z1HB (Maintenance of Government-Owned Government-Operated (GOGO) R&D Facilities). Attachments - A draft Performance Work Statement (PWS) with estimated level of effort hours, and the draft Labor Category Qualifications are attached. The Industry Day slides will be attached to this notice at a later date. Contract Type - The Government contemplates award of a Time and Material type CLINs on this contract. Period of Performance - The resultant order will have a Base Period of twelve (12) months and four (4) Option Years, each consisting of twelve months, for a total of 60 months, if all options are exercised. Geographical Zone - Opportunity open to all geographical zones. Set-Aside - The Government has not made a set-aside determination. A set-aside determination will be made after the Request for Capability Statements have been received and adjudicated. Mandatory Requirements - The Offeror must meet all mandatory requirements at the time of proposal submission. In addition, mandatory requirements must be maintained throughout the life of the Task Order. The mandatory requirements are as follows: Requirement 1: Facility Security Clearance: The Contractor's primary facility for supporting this Task Order is required to have and maintain a clearance of SECRET. Requirement 2: Personnel Security Clearances: All personnel assigned to this Task Order shall possess, and maintain at a minimum, SECRET security clearances. An interim SECRET (S) clearance is acceptable. Requirement 3: Contractor shall maintain a minimum of 30 Full Time Employees, (FTEs) and a maximum of 60 FTEs for the entirety of the contract. OCI - An Organizational Conflict of Interest Clause (OCI) as defined by FAR 9.505 will be included in the resultant Request for Proposal (RFP) and task order. Offerors must certify to OCI or provide an acceptable mitigation plan. Industry Day - The Government has not made an Industry Day determination. A determination for a need of Industry Day will be made after the Request for Capability Statements have been received and adjudicated. Milestones - It is anticipated that the Solicitation will be available in General Services Administration (GSA) by 30 March 2024 and will be open for approximately thirty (30) calendar days. Performance is anticipated to begin no later than 30 November 2024. RFP - The RFP number will be determined before being solicited on GSA. Request for Capability Statements - At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement. Interested Small Businesses are invited to submit capability statements. Capability statements shall not exceed 15 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the Cage Code, an active GSA Multiple Award Schedule (MAS) contract number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8(a), Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) A description of the Offeror's ability to meet each of the mandatory requirements; (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Subcontracting (FEB 2023)(DEVIATION 2021-O0008). (7) Interested Offeror(s) shall identify any potential "similarly situated entity" arrangements being considered. A "similarly situated entity" means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered small for the NAICS code the Prime Contractor assigned to the Sub-contract the Sub-contractor will perform. If "similarly situated entity" Sub-contracting is contemplated, the capability statement shall contain detailed information concerning the planned "similarly situated entity" Sub-contracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (FEB 2023)(DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to Sub-contractors that are not similarly situated entities. Any work that a similarly situated entity further Sub-contracts will count toward the 50 percent Sub-contract amount that cannot be exceeded. (8) Provide an answer to the following Question: Is the Contractor cleared at the SECRET level for information processing and storage at their facility No telephone responses will be accepted. Responses must be received no later than 3:00 PM EST on 15 October 2023 via e-mail to darrell.s.haas.civ@us.navy.mil and Sheila.h.ballard.civ@us.navy.mil. Responses should reference "Facility Maintenance Support Contract (FMSC)" Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
413
Active Projects
208
Bidding Soon
3,329
All Active Projects
1,350
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 15, 2024

October 15, 2025

img_map_placeholder

Multiple Locations, Dahlgren, VA

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.