Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2025 SAM #8499
SOLICITATION NOTICE

Z -- Range Maintenance Services, Camp Lejeune NC

Notice Date
3/3/2025 3:44:02 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2593
 
Response Due
3/17/2025 12:00:00 AM
 
Archive Date
03/03/2026
 
Point of Contact
Krystal Goodman, Phone: 7573411657
 
E-Mail Address
krystal.goodman@navy.mil
(krystal.goodman@navy.mil)
 
Awardee
null
 
Description
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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to provide Range Maintenance support at Camp Lejeune.General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to:0800000 C ? Range MaintenanceThe intent of 0800000 includes, but is not limited to:Range Maintenance to ensure all Training Facilities, Training Areas, Training Sites, Training Systems, Administrative Landing Zones (ALZs), Tactical Landing Zones (TLZs), Splash Points, and Live Firing Ranges remain in an optimal operational, ready for training (RFT) and usable condition. The specified requirements for Range maintenance shall consist of the contractor providing all maintenance, repair, replacement, and minor construction to include the following:-Facility Investment-Grounds Maintenance and Repair-Secondary Road Maintenance and Repair-Tactical Landing Zone/ Gun Position Erosion Maintenance and Repair-Dust Suppression-Sand Delivery-Environmental Lead Cleaning/Lead Removal-Bullet Trap Maintenance and Repair-Electronics and Electrical Maintenance and Repair-Material Purchase-Pest ControlThe work identified is to be provided by means of a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the best value to the Government. Offerors will be evaluated using the Tradeoff analysis method. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. 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?s 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/Management Approach, Factor 2 ? Corporate Experience, Factor 3 ? Safety and Factor 4 ? Past Performance.NOTE: Factor 2, Corporate Experience, and Factor 4, Past Performance: The offeror shall submit relevant contracts that are similar in Size and Scope/Complexity to the solicitation. A relevant contract is further defined as follows: Size: A contract with a yearly value of at least $2,300,000 for recurring services. Scope/Complexity: Offeror must have provided all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide range maintenance services as described in the Performance Work Statement (PWS); such as responding simultaneously to requirements for several customers or installations.Offers shall be submitted for the performance of work for a base period of one year. However, the initial term of the contract may be awarded for a period of less than one year. This contract will include a 30-day Phase-In period. The Government will have the unilateral right to exercise option periods as required. The contract is intended to be for a one-year base period with four (4), one-year option periods and one (1) up to six-month option period, which cumulatively, will not exceed sixty-six (66) months.The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Contract with online ordering capability using FedMall for the Non-Recurring 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) for this procurement is 561210; the size standard is $47.0 million.The proposed procurement listed here will be a competitive, total small business set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on Contract Opportunities on the SAM.gov website around 18 March 2025. The estimated proposal due date will be 30 days after the RFP is posted. (Once the RFP is posted, any technical inquiries must be submitted in writing via email to Krystal Goodman, (krystal.goodman@navy.mil) no later than 10 days prior to the RFP due date.) The SAM site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.This contract is a new requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b6b3c0e503340faa87b8aa943006051/view)
 
Record
SN07359005-F 20250305/250303230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.