Base Operations Support Contract for Naval Air Station Fallon, Nevada
ID: N62473-23-R-3218Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through NAVFAC Southwest, is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Air Station Fallon, Nevada. The contract aims to provide comprehensive maintenance and support services for various tenant commands and associated areas, requiring contractors to furnish all necessary labor, management, tools, and materials. This procurement is critical for ensuring quality operations at NASF and the Fallon Range Training Complex, with a contract structure that includes a six-month base period and multiple option periods extending up to 66 months. Proposals are due by October 11, 2024, and interested parties can contact Christopher Jennen at 619-705-4920 or via email for further information.

    Files
    Title
    Posted
    The document is an amendment to a solicitation for a government contract, specifically Amendment 0002 for Contract ID N6247323R3218. Issued by NAVFAC Southwest, the amendment details the posting of the Agenda and Map from a Site Visit conducted on September 10, 2024. While this amendment modifies the solicitation, it explicitly states that all other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment before the specified deadline to avoid rejection of their proposals. The most critical aspect of this amendment is its notification of the Schedule and logistics from the recent site visit, which is essential for prospective contractors in preparing their offers. The amendment reflects standard procedures under federal procurement regulations, emphasizing compliance and thorough communication in the bidding process.
    The document outlines the wage determination for building construction projects in Churchill County, Nevada, effective from July 5, 2024, under General Decision Number NV20240029. It details wage rates for various construction classifications, emphasizing compliance with the Davis-Bacon Act and Executive Orders 14026 and 13658, which mandate minimum wage requirements for federal contracts. Contractors must pay workers at least $17.20 per hour for contracts entered into or extended on or after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022, unless higher applicable rates are specified. The document also specifies additional compensation for specific trades, such as carpenters, electricians, and laborers, along with the requirement for contractors to submit conformance requests if necessary classifications are not listed. It emphasizes worker protections under Executive Orders, including paid sick leave entitlements. Changes and appeals regarding wage determinations are also addressed. The summary serves as guidance for contractors and helps ensure compliance with federal regulations while maintaining fair compensation standards in government-funded construction projects.
    The document outlines a series of recurring services and costs associated with various military and government facilities under a federal RFP. It provides an extensive breakdown of labor hours, costs, and specific service categories for entities like BUMED, CNRSW, and others for multiple option periods. Notably, the total price amounts to $16,606,000 across a series of performance periods, beginning with a base period and extending through multiple option periods, culminating in the potential for additional six-month extensions. Each facility's recurring service costs are specified, detailing the various tasks such as facility management, custodial services, pest control, and preventive maintenance. The base and option periods reflect structured expectations for pricing and service execution, which are vital for budgeting and financial planning within the context of government operations and procurements. Ultimately, this document serves as a key reference for understanding financial commitments and the scope of necessary services mandated by government contracts and grant proposals, ensuring compliance with funding requirements and service delivery expectations.
    The document is a Request for Information (RFI) associated with Solicitation No. N62473-22-R-3618 from the federal government, intended for prospective contractors or vendors. It outlines the protocol for submitting inquiries related to the solicitation, specifying that questions must be submitted at least 10 business days before the proposal submission deadline. Respondents are instructed to send their inquiries to the designated point of contact, Abigail Ferdon, via provided email. The document further requires interested parties to fill in their firm name, contact information, and specify details about their questions, including relevant solicitation sections and page numbers. This structure demonstrates the government's effort to ensure clarity and organization in the inquiry process, thereby facilitating effective communication regarding federal contract opportunities. The RFI serves to gather input and help the government refine its solicitation by engaging potential bidders early in the process.
    This document outlines the Request for Proposal (RFP) for a Base Operations Support Contract (BOSC) at Naval Air Station Fallon, Nevada. The contract aims to secure a firm-fixed price, indefinite delivery indefinite quantity agreement focused on performance-based services. It is a 100% small business set-aside under Section 8(a), with a NAICS code of 561210. The contract consists of a six-month base period followed by multiple option periods that may extend to a maximum of 66 months. The RFP details pricing structures, including fully loaded pricing and the incorporation of mobilization costs. Additionally, it emphasizes compliance with the Service Contract Act for wage determinations across various contract periods. Quality management requirements are stipulated, ensuring government review and inspection of services rendered. The document specifies delivery and performance locations, reporting requirements for government contract activity, and guidelines for subcontracting limitations. The contractor must utilize the FedMall system for processing orders and comply with various administrative clauses relevant to labor standards, safety, and environmental regulations. This RFP demonstrates the government's commitment to ensuring efficient support operations within a secure contracting framework while fostering small business participation.
    This document is an amendment to solicitation N6247323R3218, issued by NAVFAC Southwest. The primary purpose of this amendment is to provide essential updates regarding the submission of the SECNAV 5512/1 form via encrypted email. It specifies alternative submission methods if encryption fails, such as separately sending the password for the locked PDF. Contractors must ensure approved access to the base and include designated contacts in their email requests. Additionally, the amendment clarifies that the response due date has been updated to October 11, 2024, at 2:00 PM. Changes to the Exhibit/Attachment Table of Contents are also noted, with specific details about document types and dates. The amendment emphasizes the importance of acknowledging receipt to avoid rejection of offers. Overall, this document addresses crucial administrative adjustments and instructions for contractors involved in government RFP processes, enhancing clarity and compliance in communication and submission methods.
    The Base Operations Support Contract (BOSC) N62473-23-R-3218 at Naval Air Station Fallon (NASF), NV, involves a request for proposals (RFP) focusing on financial and organizational qualifications of prospective contractors. The document outlines a financial questionnaire to assess the financial stability and banking relationship of the offering firm, which needs to be submitted via secure email by October 1, 2024. Additional sections include corporate experience requirements, where offerors provide detailed project histories for evaluation, including contract amounts, completion dates, and details of subcontracting relationships. The past performance segment solicits ratings from past clients based on multiple criteria, such as quality of work, timeliness, and safety record. Lastly, safety metrics are requested, specifically OSHA-related data such as Days Away from Work, Restricted Duty, or Job Transfer (DART) rates, and Total Case Rates (TCR) for evaluation over the preceding five years. These data points will aid in assessing the contractor's overall performance risk and suitability for the contract. Overall, this document serves as a comprehensive assessment tool for the Navy to ensure contract candidates meet financial, experiential, and safety standards necessary for successful project execution.
    The document titled "Register of Wage Determinations under the Service Contract Act" from the U.S. Department of Labor outlines wage rates and benefits for various occupations in Nevada, applicable to contracts following the Service Contract Act. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, mandating at least $17.20 per hour for contracts awarded after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document includes detailed wage rates for specific occupations ranging from administrative support to automotive services and health occupations. It highlights additional benefits such as health and welfare, paid sick leave, and vacation entitlements in line with established federal guidelines. The document serves as a critical resource for contractors and employers to ensure compliance with labor standards and fair compensation practices as part of the government contracting process, emphasizing the importance of adherence to federal regulations for contracting services. Furthermore, it outlines procedures for classifying occupations not explicitly listed in the wage determination and highlights the implications of non-compliance.
    The document is currently unavailable for reading, as it appears to be a notice about an Adobe Reader issue rather than a substantive file. Without content or context related to federal government RFPs, federal grants, or state and local RFPs, it is impossible to summarize or analyze any potential topics, key ideas, or structure. Should the actual content of the document be provided, I would be able to extract and summarize the relevant information accordingly. Due to the absence of meaningful data, this summary reflects the limitations of the information available at this time.
    The document outlines the agenda for a pre-proposal conference/site visit related to the solicitation of the Naval Air Station Fallon (NASF) Base Operations Support Contract (BOSC). Scheduled for September 10, 2024, the conference is aimed at providing potential bidders with an overview of project scope and expectations. Key personnel from NAVFAC Southwest, including Program and Contract Specialists, will lead the discussions, clarifying that remarks during the meeting won't alter the formal RFP terms, and any necessary amendments will be communicated thereafter. The BOSC project involves providing comprehensive labor and materials at NASF, with a contract structured as a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ). The base contract period is set for six months from April 2026, extendable through multiple option periods. Proposals are due by October 11, 2024, with a 60-day phase-in period anticipated post-award. Attendees can submit inquiries until September 19, 2024. The document emphasizes adherence to RFP terms and formal communication procedures regarding clarifications, ensuring transparency throughout the procurement process. This conference marks a significant step in facilitating contractor engagement for federal operations support.
    Lifecycle
    Similar Opportunities
    IDIQ JOC for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for specialty trade projects at various government facilities, primarily located within Naval Air Station (NAS) Fallon, NV, and Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, CA. The procurement aims to identify capable contractors with relevant experience in general building construction, repair, and renovation projects under NAICS code 238990, which encompasses all other specialty trade contractors. The total estimated contract value is $40 million, with task orders ranging from $2,000 to $1.5 million, and the performance period spans two years with an option for an additional three years. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 p.m. local time on September 24, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    BOSC for Naval Weapons Station Seal Beach
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for an 8(a) small business set-aside contract for Base Operating Support Contract Services at Naval Weapons Station Seal Beach, California, covering the fiscal years 2025-2030. The contract encompasses a range of recurring and non-recurring services, including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. These services are critical for maintaining operational readiness and ensuring the effective functioning of the naval facilities. Interested contractors should reach out to Christopher Dela Cruz at christopher.r.delacruz.civ@us.navy.mil or 619-705-4922, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.
    Base Operations Support Contract (BOSC) at New Sanno, Tokyo, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Base Operations Support Contract (BOSC) at the New Sanno Hotel in Tokyo, Japan. This contract encompasses both recurring and non-recurring services, with a performance period from January 2025 to December 2029, including four one-year option periods. The services required include preventive maintenance, custodial services, pest control, solid waste management, and grounds maintenance, which are critical for maintaining operational efficiency and compliance with facility standards. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ms. Junko Miyachi at junko.miyachi.In@us.navy.mil or by phone at 0468166956. A site visit is scheduled for September 24, 2024, with registration required by September 18, 2024.
    Base Operations Support (BOS) Services, Naval Support Activity (NSA) Mid-South, Millington, Tennessee and Outlying Areas
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Southeast, is soliciting proposals for Base Operations Support (BOS) Services at the Naval Support Activity (NSA) Mid-South in Millington, Tennessee. The procurement encompasses a wide range of services, including facility management, custodial services, pest control, utilities management, and grounds maintenance, all aimed at ensuring operational readiness and compliance with federal standards. This contract is particularly significant as it will support the ongoing maintenance and management of critical facilities, with a performance-based approach over a potential five-year term, including one base year and four option years. Interested 8(a) certified firms must submit their proposals by 2:00 PM EDT on October 16, 2024, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    Diego Garcia Base Operations Support (BOS) Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for Base Operations Support (BOS) Services at Diego Garcia, British Indian Ocean Territory. The objective of this procurement is to provide comprehensive support services for the Commander, Navy Support Facility, Diego Garcia, ensuring efficient operations and maintenance of the base facilities. These services are crucial for maintaining the operational readiness and logistical support of military activities in the region. Interested contractors can reach out to Blayton Chun at blayton.e.chun.civ@us.navy.mil or Julian Martinez at julian.a.martinez6.civ@us.navy.mil for further details, with the contract details and deadlines to be specified in the solicitation documents.
    Z--Mayport Base Operations Support (BOS) II Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
    Z--Kings Bay Base Operations Support (BOS) I Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.