NMCC Facility Maintenance Services
ID: FA701424R0069Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AIR FORCE DISTRICT OF WASHINGTON PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) under solicitation FA701424R0069. The contract aims to ensure the operational readiness and maintenance of critical facility systems, including project management, access control systems, and emergency response capabilities, within a secure area of approximately 283,000 square feet at the Pentagon. This procurement is vital for maintaining national defense operations and adheres to stringent federal regulations, emphasizing compliance, safety, and effective stakeholder engagement. The total award amount is estimated at $47 million over multiple years, with proposals due by the specified deadline. Interested parties can contact Mr. David Warner at david.warner.27@us.af.mil or 240-612-6172 for further information.

    Files
    Title
    Posted
    This document is an addendum to FAR 52.215-1, providing instructions to offerors for a competitive acquisition set aside for small businesses. It outlines the solicitation process for a Firm Fixed Price (FFP) contract consisting of a 12-month base period, four optional 12-month periods, and a six-month extension option. Proposals must include requested information and demonstrate how the offeror can meet the requirements without the government’s prior knowledge of their experience. Offerors must submit proposals by a specified date and ensure compliance with formatting and submission guidelines, with specific sections devoted to technical capability, past performance, and price. The proposal's organization is critical, including distinct volumes for executive summaries, technical proposals, past performance, and pricing. Technical submissions must address specific criteria, while past performance evaluations will consider relevant contracts from the last three years, highlighting experience and capability. Pricing must reflect a complete structure that allows the government to evaluate fairness and reasonableness. Additionally, procedures for use of non-government advisors for reviewing proposals are included. Overall, this addendum emphasizes the need for thoroughness, clarity, and adherence to submission guidelines in the competitive contracting process, reinforcing the importance of presenting a comprehensive and competitive proposal to secure the contract.
    The document outlines the evaluation process for proposals submitted in response to a government Request for Proposals (RFP), specifying a Performance Price Tradeoff (PPT) approach under FAR 52.212-2. The evaluation comprises three main factors: Technical, Past Performance, and Price, where proposals must first be deemed technically acceptable to proceed to subsequent evaluations. Technical evaluations focus on the offeror’s approach, staffing plan, and mission essential capabilities, assigning an Acceptable/Unacceptable rating. Past Performance assesses the recency, relevancy, and quality of previous work, requiring a “Satisfactory” or “Substantial” rating to be considered. The Price evaluation includes overall completeness and fairness, emphasizing the realism of the Professional Employee Compensation Plan (PECP). While discussions with offerors may occur, the government intends to conduct evaluations without them unless clarification is necessary. The process aims to maximize objectivity while acknowledging that professional judgment is crucial. The systematic assessment ensures selected bids demonstrate capability and reliability, aligning with government procurement standards and addressing the competitive nature of federal and state RFPs.
    The NMCC Facilities Maintenance Performance Work Statement (PWS) outlines the objectives and requirements for providing facility engineering support for the National Military Command Center (NMCC) by the 844th Communications Squadron. The primary goal is to ensure mission-critical facility systems and operations are maintained with a 24/7 emergency response capability, specifically for the secure areas within the Pentagon, totaling approximately 283,000 sq. ft. Key tasks include project management of renovations, maintenance of access control systems, and operation of electromagnetic pulse facilities. The Contractor must facilitate monthly status meetings, provide maintenance reports, and ensure compliance with stringent security and operational protocols. Specialized knowledge in areas such as HVAC and emergency systems is essential. Health and safety considerations include ongoing security checks and environmental assessments, especially related to Chemical Biological and Radiological (CBR) incidents. The Contractor is also responsible for the physical security of the facility and must maintain a qualified workforce, presenting challenges related to personnel management and security clearances. This document, forming part of the federal procurement process, emphasizes operational readiness and regulatory compliance critical to national defense operations.
    The Quality Assurance Surveillance Plan (QASP) for Facility Engineering Support at the National Military Command Center (NMCC) establishes mandatory procedures for the oversight of contractor performance, adhering to federal acquisition regulations. It outlines the roles of key personnel including the Contracting Officer Representative (COR), Quality Assurance Program Coordinator (QAPC), and others involved in contract management. The QASP specifies surveillance methods such as 100% inspections, periodic audits, and customer complaints to evaluate contractor adherence to contract specifications. It lays out processes for assessing performance, documenting non-conformances, and maintaining a comprehensive COR folder that includes contracts, deliverables, and assessments. The plan mandates detailed reporting and corrective action protocols in response to performance deficiencies. This document serves as a systematic framework to ensure that services rendered meet the required standards, thus facilitating effective management of the contract and reinforcing accountability among contract stakeholders.
    This document serves as an addendum to FAR 52.215-1, detailing the instructions for Offerors in a federal solicitation that is a competitive small business set-aside. The acquisition entails a Firm Fixed Price contract with one base year and four optional years, plus a six-month extension option. Offerors must submit comprehensive proposals, demonstrating their capability, technical expertise, and resources, while adhering to strict formatting and content requirements. Proposals are evaluated based on three primary factors: Technical Capability, Past Performance, and Price, with specific page limits for each section. Certain security clearances and registration in the System for Award Management (SAM) are prerequisites for eligibility. The contract's security classification requires Top Secret/Sensitive Compartmented Information clearance. The document emphasizes that the government may award contracts based on initial proposals without discussions, urging Offerors to submit their best initial offers. It defines how past performance will be evaluated and mandates the use of Past Performance Questionnaires. Additionally, it explains the process for objection to the disclosure of technical and cost data to non-government advisors during the evaluation process.
    The document outlines the evaluation process for contract awards under federal solicitations, focusing on a Performance Price Tradeoff (PPT) methodology. The process emphasizes the assessment of Past Performance and Price among technically acceptable bidders, allowing for potential selection of higher-priced offers with superior past performance. The evaluation consists of three key factors: Technical, Past Performance, and Price, with detailed steps for each. Technical proposals must demonstrate adequacy through a defined approach, staffing plan, and mission essential plan. Past performance is rated based on recency, relevance, and quality, with favorable ratings necessary for progression to price evaluation. The price assessment evaluates completeness, balance, fairness, and realism of the proposed Professional Employee Compensation Plan (PECP). The document also stipulates that the government prefers to make award decisions without discussions, yet reserves the right to clarify proposals or conduct discussions if necessary. This structured approach ensures that proposals align with solicitation requirements and the government maintains a fair and objective selection process based on merit and cost-effectiveness, vital for the integrity of federal contracting.
    The Past Performance Information Form for NMCC Facilities Maintenance (FA701424R0069) collects essential details about company performance in previous contracts relevant to the PWS (Performance Work Statement). It requires identification of the offeror, including company name, CAGE Code, and DUNS Number, alongside program title, contract specifics (agency, number, type, period, FTEs, and financial values), and a description of the role either as a prime contractor or subcontractor. The document also requests completion dates, contact information for key customer personnel, and outlines any unique technical aspects of the contract. Key individuals involved must be listed, highlighting their roles and relevance to the current acquisition. A section on compliance with small business utilization requirements and any subcontracting goals is included. Finally, the form allows for additional clarifications regarding previous contract performance. This structured approach ensures comprehensive evaluation of the offeror's qualifications and past performance, facilitating informed decision-making in federal contracting processes.
    The document outlines a Past Performance Questionnaire (PPQ) used to evaluate contractors' performance in federal contracts, ensuring compliance with the Federal Acquisition Regulation (FAR). It consists of sections detailing contract identification, agency information, and respondent details, followed by performance assessments across various categories. Each section requires specific information on the contractor's capabilities, schedule adherence, dollar value adjustments, work descriptions, and whether the contract was awarded competitively. The performance evaluation employs a rating scale from "Exceptional" to "Unsatisfactory," focusing on aspects like technical performance, program management, transition effectiveness, employee retention, small business participation, and cost performance. The questionnaire also seeks insights into potential contract terminations. This comprehensive approach serves the purpose of gathering critical feedback to inform future federal procurement decisions, reinforcing the importance of past performance in sourcing reliable contractors while fostering accountability in government contracting.
    The document outlines several government procurement requests for proposals (RFPs) and federal grants relevant to multiple stakeholders, emphasizing the intent to solicit bids for various projects across federal, state, and local levels. The key focus is on resource allocation and funding for specific initiatives, particularly in infrastructure, environmental assessments, and public health improvements. Core ideas include adherence to federal guidelines and local regulations, with an emphasis on compliance and safety measures during project execution. It also emphasizes the importance of effective stakeholder engagement and the necessity for thorough documentation in the bidding process, ensuring transparency and accountability. The structure of the document is categorized into RFPs and grants, complete with requirements and criteria expected from bidders. Additionally, it discusses potential risks associated with hazardous materials that may arise in construction projects, advocating for comprehensive assessments and planned remediation as part of procurement strategies. The overall purpose is to facilitate the responsible and efficient expenditure of government funds while ensuring projects meet safety and regulatory standards. This document serves as a resource for entities interested in participating in government contracts, making it clear that compliance, safety, and environmental considerations are paramount in all solicitations.
    The document outlines the submission requirements for a Price Proposal under a federal Request for Proposal (RFP) FA701419RA022 for the National Military Command Center (NMCC). Offerors must complete the designated sections, including specifying labor categories, estimating hours, and proposing salaries for Full-Time Equivalents (FTEs) while ensuring that calculations are accurate and reflections of the required effort. Each proposed FTE is expected to total 1920 hours for the specified labor categories. The offerors should provide pricing for core and optional FTEs in separate sheets, without including General and Administrative (G&A) costs, overhead, or profit margins, but must accurately state fringe costs or percentages for evaluation in the Employee Compensation Plan (ECP). Tasks required under the Performance Work Statement (PWS) span multiple areas, including project management, maintenance of operational systems, and various inspections. The proposal includes a total price sheet for five performance periods extending through 2024, ensuring that the offerors allocate costs effectively for labor and materials while meeting government expectations for service delivery and compliance. This structure ensures thorough and competitive bidding within government contract parameters.
    The file under consideration appears to be an inaccessible government document related to federal and state/local Requests for Proposals (RFPs) and grants. The primary purpose of such documents typically revolves around soliciting bids from businesses or organizations to provide specific services or projects that serve public interests. While the specific contents are not available for analysis, these documents generally include key sections such as project objectives, eligibility criteria, application process, funding requirements, and evaluation metrics. RFPs and grants typically aim to foster competition, promote transparency, and ensure that public funds are utilized effectively for community-oriented projects. Additionally, they help in identifying qualified vendors or partners that can deliver services aligned with government goals. Stakeholders involved in such processes include government agencies, potential contractors, and community organizations, all of which play a pivotal role in achieving desired outcomes. In summary, while the document cannot be directly analyzed due to its unreadability, the typical context includes facilitating government procurement and funding opportunities to address community needs through structured proposals and applications.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and policies for overseeing facility engineering support and project management at the National Military Command Center (NMCC). Its primary purpose is to ensure compliance with performance work statements (PWS) and federal regulations in contract management. The QASP establishes roles for key personnel including Contracting Officer Representatives (COR), who are responsible for assessing contractor performance through systematic surveillance methods like audits, inspections, and evaluations based on predefined criteria. Key sections include an overview of the management team, surveillance methods, and documentation processes for assessing and documenting contractor performance, including managing deliverables and non-conformance notifications. The QASP stipulates the requirement for accurate documentation of all inspections and contractor communications, maintaining transparency and accountability in the contracting process. It also provides templates for notifications and corrective actions to address contractor deficiencies. Overall, the QASP ensures that appropriate measures are in place to uphold contract and mission objectives, facilitating effective communication between government personnel and contractors, thereby enhancing operational efficiency and compliance in the critical support services provided to the NMCC.
    The Performance Work Statement (PWS) for the National Military Command Center (NMCC) outlines the requirements for facility engineering support and project management by the 844th Communications Squadron. This contract focuses on providing 24/7 critical facility systems services to ensure mission continuity for high-security operations at the Pentagon. Key responsibilities include effective project management for renovations, maintaining security systems, managing emergency response protocols, and ensuring compliance with facility operation standards. Contractors are required to maintain extensive documentation, perform security checks, respond swiftly to emergencies, and manage classified information per stringent security guidelines. They must also coordinate with various agencies, execute maintenance protocols utilizing MAXIMO software, and handle collective protection systems for chemical, biological, and radiological (CBR) incidents. The document emphasizes the necessity for top-secret clearance for personnel and stringent oversight of contractor performance. The PWS sets clear performance thresholds and inspection criteria to ensure mission support efficiency while fostering communication and collaboration with associate contractors. This PWS exemplifies the structured approach the government takes in managing complex facility operational needs within secure environments.
    The document outlines a solicitation for the Women-Owned Small Business (WOSB) program, specifically addressing a Request for Proposal (RFP) FA701424R0069 for facilities maintenance services at the National Media Center (NMCC). It details the requirements for service and labor related to facility operations and maintenance, outlining a total award amount of $47 million over multiple years, including option years for various services. Key items include fixed-price arrangements for maintenance labor, direct costs related to facility upkeep, and a timeline from January 2025 to January 2030. The document emphasizes compliance with numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring ethical standards, employee rights, and environmental regulations are met. It serves as a framework for potential contractors, clarifying submission processes, contract terms, and contact details for the contracting officer. The focus on WOSB status relates to government efforts to promote diversity within federal contracts, appealing to small businesses owned by women. Overall, the solicitation represents a commitment to quality facility management while adhering to federal compliance and equality goals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Giant Voice Repair and Maintenance Mass Notification System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Giant Voice Mass Notification System at Goodfellow Air Force Base in Texas. The contract requires immediate repairs and semi-annual maintenance services to ensure the system operates at full capacity, with a total estimated award amount of $34 million over a base year and four option years. This system is critical for reliable communication in military operations, emphasizing the importance of maintaining operational readiness. Interested small businesses must submit their quotes by September 20, 2024, and can direct inquiries to Contract Specialist A1C Ruben Reyes at ruben.reyes.11@us.af.mil or (325) 654-5216.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.
    Reliability Centered Maintenance (RCM) Analysis Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is soliciting proposals for Reliability Centered Maintenance (RCM) Analysis Support Services under Solicitation N6852024R0044. The contract aims to provide comprehensive RCM support, including Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P) services for various aircraft systems and support equipment over a five-year period. This procurement is critical for enhancing the operational readiness and reliability of naval aviation assets, ensuring compliance with Department of Defense directives. Interested contractors must submit their proposals electronically through the DoD Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, with inquiries directed to Robert Miedzinski at robert.m.miedzinski.civ@us.navy.mil.
    AFNORTH Support Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified vendors for the AFNORTH Support Services Contract at Tyndall Air Force Base, Florida. This contract aims to provide comprehensive management and labor support for the Continental United States NORAD Region, First Air Force, and associated units, in accordance with a forthcoming Performance Work Statement. The contract will be awarded as a firm-fixed price with a one-year base period and four optional twelve-month periods, emphasizing the importance of these services for national defense operations. Interested parties should monitor SAM.gov for the formal solicitation, expected to be released around September 20, 2024, and direct any inquiries to David Hackney or James Vaughan via their provided email addresses.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    JFSD201151 Repair (R&M) Bunch Hall Dorm 221 at Grand Forks AFB, ND
    Active
    Dept Of Defense
    The Department of Defense, through the 319th Contracting Squadron, is soliciting proposals for the comprehensive renovation of Bunch Hall Dorm 221 at Grand Forks Air Force Base, North Dakota. This project, valued between $10 million and $25 million, is exclusively set aside for small businesses and includes extensive renovations such as replacing plumbing fixtures, HVAC systems, and electrical systems, while ensuring compliance with accessibility standards. The renovation is part of the government's commitment to maintaining and upgrading military facilities, emphasizing the use of domestic materials in accordance with the Buy American Act. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Carly J. Larson at carly.larson@us.af.mil or SrA Jhala N. Neupane at jhala.neupane@us.af.mil.
    KANTO PLAINS MINI-MACC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for the Kanto Plains Mini-MACC project, which involves a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment for a range of tasks including repairs, alterations, and demolition of shore facilities, with an estimated total value of up to $49 million over five years. This procurement is critical for maintaining and upgrading U.S. Government installations, ensuring operational readiness and safety. Interested contractors should contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders expected to range from $3,000 to $25 million, and the seed project requiring commencement within 15 days of the Notice-to-Proceed.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.