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 Monterey, California. Contact the soliciting agency for additional information.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES Description of Requirement: Fire Protection Systems Inspection, Testing, Maintenancem & Repair Services at Naval Support Activity (NSA) Monterey, California Solicitation/Request for Quote Number: N6247324Q3208 Response Date: May 30, 2024, 2:00 P.M. Pacific Standard Time (PST I. GENERAL INFORMATION: This is a Combined Synopsis/Solicitation (CSS) from Naval Facilities Engineering Systems Command (NAVFAC) Southwest (SW), Facility Engineering Acquisition Division (FEAD) Monterey, to provide inspection, testing, maintenance, and repairs to existing fire protection systems onboard Naval Support Activity (NSA) Monterey and areas of responsibility. The objective of this procurement is to establish a performance-based service contract for recurring and non-recurring services in accordance with Federal Acquisition Regulation (FAR) Part 12, "Acquisition of Commercial Products and Commercial Services," and FAR Part 13, "Simplified Acquisition Procedures." This CSS is for commercial services and is prepared in accordance with the format provided in FAR Subpart 12.6, and supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, competitive quotes are being requested, and a written solicitation will not be issued. This requirement is being solicited as a 100% total small business set-aside; thus, it is reserved exclusively for the participation of small business concerns. Any quote(s) received in response to this CSS/RFQ from other than small businesses concerns will not be accepted. Competitive quotes from eligible and responsible small businesss concerns are hereby requested. The Government anticipates this CSS/RFQ to result in the award of a firm-fixed-price (FFP) indefinite-delivery/indefinite-quantity (IDIQ) performance-based service contract consisting of a base period of twelve (12) months, and four (4) 12-month optional periods. The North American Industry Classification System (NAICS) code associated with this requirement is 811310, "Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance," which is represented by a small business size standard of $12.5 million. The Government anticipates that the awarded contract will include the following contract line item number (CLIN) structure: CLIN DESCRIPTION TYPE UNIT OF ISSUE PERFORMANCE PERIOD CLIN 0001 Base Period FFP EA June 1, 2024 - May 31, 2025 CLIN 0002 Base Period IDIQ EA June 1, 2024 - May 31, 2025 CLIN 0003 Option Period One (1) FFP EA June 1, 2025 - May 31, 2026 CLIN 0004 Option Period One (1) IDIQ EA June 1, 2025 - May 31, 2026 CLIN 0005 Option Period Two (2) FFP EA June 1, 2026 - May 31, 2027 CLIN 0006 Option Period Two (2) IDIQ EA June 1, 2026 - May 31, 2027 CLIN 0007 Option Period Three (3) FFP EA June 1, 2027 - May 31, 2028 CLIN 0008 Option Period Three (3) IDIQ EA June 1, 2027 - May 31, 2028 CLIN 0009 Option Period Four (4) FFP EA June 1, 2028 - May 31, 2029 CLIN 0010 Option Period Four (4) IDIQ EA June 1, 2028 - May 31, 2029 Award will be made on an all or none basis. An offeror must provide a quote for all items in this CSS to be eligible for award. The Government will use the following factors to evaluate offers: (1) technical acceptability, (2) past performance, and (3) price. Offerors shall submit sufficient information to enable the Government to determine that the proposed item meets or exceeds all of the technical capabilities of the performance work statement (PWS). The Government reserves the right to collect other than cost and pricing data from the offeror in order to determine price reasonableness. In accordance with FAR 52.217-5, the Government's evaluation of options will not obligate the Government to exercise the option(s). Except where otherwise stated, the offeror shall furnish a quote to provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined in this CSS/RFQ and described in the attached PWS onboard Naval Support Activity (NSA) Monterey, Fleet Numerical and Oceanography Center (FNMOC), Lab Rec, La Mesa Village, and areas of responsibility. A site visit is scheduled for May 22, 2024 at 2:00 PM (PST). Offerors who wish to inspect the work on-site and attend will require access to NSA Monterey and tenant site locations. Access is granted by either having an active Defense Biometric Identification System (DBIDS) badge with access to NSA Monterey, or by completing the necessary base access form and returning for processing. Please visit https://nps.edu/web/base-police/vehicle-gate-access-services to retrieve the required form and to review the latest guidance, instruction, and information regarding access onboard the installation. Please complete the base access form, and ensure all required information is both complete and accurate. Once the form has been completed, the offeror shall submit the form electronically via an encrypted email to Ashley Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil. The base access form must be submitted no later than May 20, 2024 by 12:00 PM PST, or the offeror is at risk of being denied access to the installation. On the day of the site visit, offerors shall report to the parking lot adjacent to Sloat Gate at 1:50 PM (PST). Prospective offerors will then be escorted by Government representatives to the applicable work sites. Upon completion of the site visit, all offerors will be escorted back to Sloat Gate for departure from the installation. Offerors are advised that the site visit will be held for the purpose of team introductions, explaining the concepts involved in the work requirement(s), and the specifications, terms, and conditions of the anticipated contract, as solicited by this CSS/RFQ. No minutes of this meeting will be issued. All prospective offerors are advised that this CSS/RFQ will remain unchanged unless it is amended in writing. However, if an amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment shall be applicable. All requests for information (RFI) shall be emailed to Ashley Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil by 2:00 PM (PST) on or before May 24, 2024. Ensure to include "CSS/RFQ N6247324Q3208" in the subject line of all email inquiries. Offerors are responsible for ensuring all RFIs and quotations reach the Government office designated by this CSS by the time specified. Quotes shall be submitted on or prior to 2:00 PM (PST) on May 30, 2024, and shall be provided electronically using the Department of Defense (DoD) Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) located at https://piee.eb.mil/. The CSS, associated documentation, and amendments (as applicable) will be available in electronic format only; no hard copies will be provided. The offeror must have a completed registration in the System for Award Management (SAM) website prior to award of the contract. Further information can be found at https://www.sam.gov/. A complete SAM registration means an active registered Unique Entity Identifier (UEI), and a Commercial and Government Entity (CAGE) Code number. The incorporated provisions and clauses of this solicitation are those in effect through the Federal Acquisition Circular (FAC) 2024-04, effective May 1, 2024, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240425, effective April 25, 2024. The provisions and clauses referenced herein may be reviewed and obtained in full-text form at the following addresses: (1) FAR: https://www.acquisition.gov/browse/index/far (2) DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html II. QUOTE SUBMISSION INFORMATION: All quotes must conform to the solicitation requirements, to include all stated terms, conditions, representations, and certifications. Quotes must include the following: (1) The CSS number (reference: CSS/RFQ N6247324Q3208); (2) The name, address, and telephone number of the offeror; (3) Unit pricing for each Exhibit Line Item Number (ELIN) in the pricing schedule; (4) "Remit to" address, if different than mailing address; (5) Acknowledgment of CSS amendments and completed provisions; and (6) Statement specifying the extent of agreement with all terms, conditions, and provisions included in this CSS. The offeror shall be registered in SAM prior to submitting a quote. Failure to have an active registration status in SAM by the time of award will make that offeror ineligible for award of the anticpated contract, with no exceptions. Quotes shall include FFP pricing for all ELINs as specified for in the ELIN schedule. III. EVALUATION FACTORS FOR AWARD: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical: The technical factor provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. The technical factors will receive one of the adjectival ratings defined below: RATING RATING DESCRIPTION Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. In order to receive an acceptable rating, the technical factor submissions must include sufficient information to determine acceptability when compared to the technical specifications required. (2) Past Performance: The past performance factor will receive one of the ratings defined below: RATING RATING DESCRIPTION Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Evaluation of past performance may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS) and/or Federal Awardee Performance and Integrity Information System (FAPIIS). The past performance information will be reviewed to determine the quality and usefulness as it applies to performance confidence assessment. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable. (3) Price: Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3(a). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. (b) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after. IV. ADDITIONAL INFORMATION: At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Contracting Officer reserves the right to enter into discussions if necessary. In order for the government to make a fair and reasonable price determination, additional market research may be conducted. The government may request the quoter to submit any available pricing data and/or relevant sales or invoice history to further substantiate the price reasonableness of the quote provided. The standard payment instructions identified in the following link are applicable: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions. V. POINTS OF CONTACT: (1) Primary: (2) Alternate: Ashley Thornton Batina Wingo Contract Specialist Supervisory Contract Specialist FEAD Monterey FEAD Monterey NAVFAC SW NAVFAC SW Phone: (831) 656-3694 Phone: (831) 656-3454 Email: ashley.n.thornton4.civ@us.navy.mil Email: batina.n.wingo.civ@us.navy.mil

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 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
134
Active Projects
62
Bidding Soon
1,291
All Active Projects
567
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 projects. Build 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.

May 30, 2024

June 1, 2024

img_map_placeholder

Multiple Locations, Monterey, CA

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.