Admin/Clerical Support Services
ID: N4033925RS010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC BAHRAINFPO, AE, 09834-0001, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Bahrain, is soliciting proposals for Administrative and Clerical Support Services to enhance logistical operations at NAVSUP FLC Bahrain. The contract requires the provision of two Full-Time Equivalents (FTEs) to perform tasks such as document processing, personnel training, data analysis, and report preparation, with services primarily conducted at Naval Support Activity Bahrain. This procurement is crucial for maintaining operational efficiency and compliance with federal regulations in military logistics, with the contract period set from March 30, 2025, to March 29, 2026, and options for extension through 2030. Interested contractors should submit their pricing by February 23, 2025, and may contact Grace Sioson at grace.d.sioson.civ@us.navy.mil or Charlotte Ford at charlotte.j.ford3.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) issued by NAVSUP Fleet Logistics Center Bahrain for airfield management services. The contract's period of performance spans from March 30, 2025, to March 29, 2026, with potential options extending to 2030. Offerors must submit pricing by February 23, 2025, and are required to provide comprehensive cost breakdowns, including a summary in Attachment J-2. Key points include the exempt status of the U.S. Armed Forces from VAT on local purchases, and specific invoicing and payment instructions governed by the Defense Federal Acquisition Regulation Supplement (DFARS). Offerors will be evaluated on technical acceptability, past performance, and price, with an emphasis on technical aspects being more important than price. Detailed instructions for submission and requirements for contract compliance, such as travel regulations and eligibility standards for obtaining access to U.S. installations, are outlined. The RFQ establishes an expectation of transparency in bid submissions and mandates compliance with several federal regulations, ensuring that only qualified contractors are awarded the contract. The overall aim of this RFQ is to secure effective and compliant services for the U.S. military presence in Bahrain, emphasizing operational efficiency and adherence to federal standards.
    The Naval Supply Systems Command Fleet Logistics Center Bahrain requires contractor support through a non-personal services contract for Administrative and Clerical services. This document outlines the requirements, objectives, and expectations for providing professional support services essential for logistical operations at NAVSUP FLC Bahrain. The contractor must furnish personnel, tools, and supervision while adhering to performance standards established in the Performance Work Statement (PWS). Two Full-Time Equivalents (FTEs) are required to support tasks such as document processing, training personnel, data analysis, and preparing reports for leadership. The services will primarily occur at specific locations aboard Naval Support Activity Bahrain with an initial base period from March 30, 2025, to March 29, 2026, including several option years. The contractor must develop a quality control program, participate in periodic meetings, and manage a workforce during core operational hours. Security clearance and proper identification for contractor employees are mandatory. Overall, this contract aims to enhance operational efficiency and effectiveness for military logistics in the region while ensuring compliance with federal regulations.
    The document outlines a Request for Proposal (RFP) for Administrative and Clerical Support Services, specifying requirements for a contractor's submission. It details the inclusion of a breakdown of material items and services in the proposal, emphasizing that failure to provide this information will result in the proposal being deemed non-responsive. Contractors are also obligated to indicate any deviations from expected work hours along with justifications for the quoted hours. The structure includes lines for estimated labor hours, quoted labor hours, and cost per labor hour across different contract phases, including options for extensions. This request is part of the federal government's vetting process aimed at ensuring transparent, competitive bidding for necessary support services.
    NAVSUP Fleet Logistics Center Bahrain has submitted a self-attested statement confirming compliance with the requirements outlined in the Request for Quote (RFQ) for Admin/Clerical Support Services. The document asserts that NAVSUP FLC Bahrain's quote, referenced but not detailed, adheres to all specified terms and conditions within Sections L and M of the RFQ, signifying no exceptions or additional proposals. The statement includes acknowledgment of the submission along with the contractor's representative's printed name and signature, as part of Attachment J-2. This document emphasizes the contractor's commitment to uphold the stipulations of the RFQ, which is a standard requirement in government procurement processes to ensure integrity and accountability in service provision.
    The Past Performance Information Form is a key submission document for entities responding to government Requests for Proposals (RFPs) and grants. It requires detailed information about past or current contracts, including the offeror's company details, contract specifics, customer contacts, financials, personnel involved, performance periods, and descriptions of how the technical and scheduling requirements were met. The form emphasizes the need to demonstrate systematic improvement actions taken to address issues in previous contracts. Additionally, it highlights the importance of providing accurate points of contact for program management and procurement to ensure effective communication and evaluation of past performance. This structured format underscores the government's focus on assessing the reliability and effectiveness of potential contractors in fulfilling contract obligations. Overall, this document aims to facilitate a thorough overview of an offeror's qualifications and track record for potential future engagements.
    The "Allowable Travel Costs Guidance" document provides comprehensive regulations regarding travel expenses for contractors working with the federal government. It emphasizes the need for compliant travel policies, documentation, and procedures as outlined in the Federal Acquisition Regulation (FAR). Key aspects include permissible travel costs, advance trip planning to reduce expenses, and the necessity of maintaining detailed records, such as dates, purposes, and participants of trips. The document delineates allowable per diem reimbursements for lodging, meals, and incidentals, emphasizing adherence to specified maximum rates from government travel regulations. It also covers travel by air, mandating the use of U.S.-flag carriers under the Fly America Act, detailing documentation necessary to justify exceptions. Moreover, it outlines the requirements for segregating unallowable costs and suggests that statistical sampling could be an alternative for non-material costs, under specific circumstances. The guidance serves as a critical framework for contractors to ensure that travel costs billed to the government are necessary, reasonable, and adequately documented, reflecting the overarching goal of fiscal responsibility and compliance in federal contracting.
    This document outlines a travel estimate for an employee, John Doe, from ABC Company, for an assignment in Bahrain from August 25 to September 4, 2024. The travel costs include round-trip airfare of $1,500, lodging at a daily rate of $251 totaling $2,510, and a Meals and Incidental Expenses (M&IE) daily rate of $126, amounting to $1,260 for the entire stay. Notably, M&IE on travel days is calculated at 75% of the daily rate. Additional travel expenses include a rental car, baggage fees, and taxi costs, leading to a total estimated travel expenditure of $6,524. The guidelines highlight critical reimbursement policies, such as submitting invoices within 60 days, the necessity for all receipts, and the requirement that travelers provide their itineraries to the Contracting Officer Representative (COR) prior to travel. The document underscores adherence to federal travel regulations and outlines the allowable costs for lodging and meals, ensuring compliance with established per diem rates. This summary encapsulates the necessary details for reviewing travel costs in compliance with government RFPs and related financial frameworks.
    The VAT Registration Certificate certifies the registration of the Navy Support Activity, located in Manama, Bahrain, with a registration number of 220023383100013, effective from January 1, 2019. The document, generated by an automated system, does not require a signature and emphasizes the need for correct detail verification. It advises the entity to notify the National Bureau for Revenue (NBR) of any changes that could affect the registration status. Furthermore, it warns that non-compliance with registration or deregistration criteria may result in the deregistration of the VAT payer. This certificate is critical for compliance with tax regulations as part of the bureaucratic framework governing value-added tax (VAT) registrations in Bahrain, relevant for government contracts or funding that may require adherence to taxation obligations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fleet and Family Support (FFSP) Global Staffing
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. The contract, which will be a Firm-Fixed-Price type, encompasses a base year and four option years, focusing on global staffing, remote service delivery, and on-site support in areas such as counseling, education, and crisis intervention. This initiative is crucial for enhancing the well-being and readiness of military families, ensuring that they receive timely and effective support tailored to their evolving needs. Interested parties can reach out to Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further details, with proposals due as specified in the solicitation documents.
    Domain Logistics Support Services
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified vendors to provide Domain Logistics Support Services for the Center for Explosive Ordnance Disposal and Diving (CEODD) located in Panama City, Florida. This procurement aims to enhance logistical support capabilities, ensuring efficient operations within the CEODD. The contract is set to commence on June 1, 2025, with a performance period of one year and the potential for four additional one-year options and a six-month extension. Interested parties should prepare for the Request for Quote (RFQ) expected to be released in February 2025 and are encouraged to contact Contract Specialist Joseph Tolbert at joseph.d.tolbert.civ@us.navy.mil for further clarifications.
    USNS SHIP VOYAGE REPAIR
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for voyage repair services for the USNS Ship, scheduled for April 2-16, 2025, in Limassol, Cyprus. Contractors are required to submit detailed quotes that include technical capability documentation and pricing, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. This procurement is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal contracting regulations, and addressing technical deficiencies identified in the Marine Systems Data unit's human-machine interface. Interested vendors must submit their quotes by February 18, 2025, and direct inquiries to Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or by telephone at 00390815684343 Ext: 4343.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    R--Professional, Administrative, and Management Support Services
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking professional, administrative, and management support services for the Office of Civilian Human Resources at the Stennis Operations Center in Jacksonville, Florida. This requirement is expected to be set-aside for small business concerns. The anticipated start date is September 30, 2019, and the contract will be firm-fixed price. Interested parties should review the FedBizOpps website for the solicitation and attachments. The expected issue date for the solicitation is around August 15, 2019, with a contract award date around September 27, 2019. No verbal or phone conversations will be accepted, and all questions should be submitted in writing.
    Z--MILCON Project P-930 Operations Control Center Building Alterations, Bldg. 103, Naval Support Activity (NSA) Bahrain, Bahrain
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the renovation of the Operations Control Center Building at Naval Support Activity (NSA) Bahrain. The project involves the complete renovation of a 750 m² area to create a new Dynamic Network Operations Security Center (DNOSC) on the first floor. The DNOSC will be a secure area. The contract is expected to be firm-fixed-price with a performance period of 365 days. The estimated construction cost is between $1,000,000 and $5,000,000.
    Naval Base Ventura County Unaccompanied Housing Laundry Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals for laundry services at Naval Base Ventura County (NBVC) to support unaccompanied housing facilities. The contract will encompass a range of services including the pick-up, washing, drying, pressing, and folding of government-owned linens, with a one-year base period starting March 1, 2025, and three optional one-year extensions. This initiative is crucial for maintaining high standards of cleanliness and service quality for government property, ensuring that linens are processed individually and returned accurately to their respective activities. Interested vendors must submit written quotes by February 20, 2025, and can contact Elisa Allison at elisa.r.allison.civ@us.navy.mil for further information regarding the solicitation, which is set aside for small businesses under the SBA guidelines.
    Qatar S&RTS
    Buyer not available
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Qatar, with the contract set to commence on September 21, 2025, and extend through September 20, 2030. The procurement aims to ensure efficient management of U.S. Department of Defense cargo operations, including loading, unloading, and logistical support, while adhering to stringent safety and security regulations. This contract is critical for maintaining operational readiness and supporting military logistics in the region, with an estimated total value of $288,750 over the five-year period. Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to Connor N. Breyer at connor.n.breyer.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.
    Touch Labor Support Services
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide touch labor support services for non-nuclear work on Surface Combatants and submarines. The objective is to establish a multiple-award, indefinite-delivery indefinite-quantity (IDIQ) firm fixed price contract, which will span five years, consisting of one base year and four option years, to address labor shortages during the shipyard's hiring process. This procurement is critical for maintaining and repairing U.S. Navy vessels, ensuring compliance with safety and performance standards while augmenting the shipyard's capabilities. Interested parties must submit their capability statements by 08:00 HST on March 3, 2025, via email to both Sarah Chang and Megan Ho, as detailed in the sources sought notice.