MARFORSOC PR/SERE AV Equipment/Maintenance
ID: H9225724R0024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)MARSOC H92257SNEADS FERRY, NC, 28460-0101, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The US Special Operations Command is seeking small businesses to install and maintain a call/text/email system for the Marine Raider Training Center in North Carolina. The primary goal is to replace the existing system with new equipment and provide efficient maintenance services. The scope of work includes equipment installation, a one-year warranty, and options for extended maintenance, with the entire project scheduled to be completed within a tight timeframe.

    The government is looking for experienced vendors who can demonstrate a strong understanding of the requirements and offer a comprehensive maintenance plan, especially regarding security measures and risk mitigation. Vendors must submit detailed proposals by the extended deadline of August 5, 2024, which will be evaluated based on qualifying criteria, technical capabilities, past performance, and price. The technical proposal should showcase a clear execution plan, while the past performance evaluation will focus on recent and relevant projects. Price proposals will be assessed for reasonableness, with further discussions if needed.

    This solicitation is a total small business set-aside, offering a firm-fixed-price contract with a potential value of up to $170 million if all options are exercised. The evaluation process prioritizes technical expertise and past performance, aiming to select the most advantageous offeror for the government. Interested vendors should carefully review the solicitation document for specific submission instructions and requirements.

    For clarification or queries, vendors can contact Allison O'Donnell or Samuel Williams at the provided email or phone numbers.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to the solicitation, numbered M209104584686-0001, primarily serves to extend the proposal submission deadline and make changes to the statement of work. The new deadline for proposal submissions is August 5, 2024, at 12:00 PM Eastern Standard Time. A site visit will also be conducted on July 26, 2024, for interested vendors, with access instructions provided upon request. The amendment introduces changes to the CLIN structure, adding new CLINs for replacement equipment and adjusting delivery schedules accordingly. The amendment further provides detailed instructions for proposal preparation and submission, including page formatting requirements, content expectations, and evaluation criteria. The evaluation will consider Qualifying Criteria, Technical Capability, Past Performance, and Price, with specific page limits set for each volume. The government will award a contract to the most advantageous offeror with a conforming proposal, considering responses to the requirements outlined in the Statement of Work.
    The document is a solicitation for the procurement of a new call/text/email system and associated maintenance and support services for the Marine Raider Training Center in Sneads Ferry, North Carolina. The procurement is open to small businesses and will be awarded as a firm-fixed-price contract to the most advantageous offeror based on technical capability, past performance, and price. The scope of work includes the installation of replacement equipment, a one-year warranty and maintenance, and options for additional years of maintenance. The installation is scheduled for September 23-30, 2024, with exact location details to be provided upon contract award. The warranty and maintenance period will cover 12 months, with options for up to three additional years. Offerors must submit proposals by August 5, 2024, and include four volumes: Qualifying Criteria, Technical, Past Performance, and Price. The Technical volume should detail the offeror's plan for maintaining the system, meeting security requirements, and handling equipment repair and replacement. Past Performance should include at least one similar project from the past three years. The Price volume must include pricing information and a narrative explaining the proposed rates. The evaluation criteria give the most weight to the Technical factor, followed by Past Performance, and then Price. The Technical volume will be assessed on the offeror's understanding of the requirements and the feasibility of their plan for execution, with an emphasis on minimizing disruptions and the need for increased government oversight. Past Performance will be evaluated based on the recency and relevance of submitted projects, as well as the government's confidence in the offeror's ability to perform. Price proposals will be evaluated for reasonableness, with the potential for discussions if needed. The total estimated value of the contract is not provided, but the base year and each option year have a value of $34,000,000, indicating a potential total of $170,000,000 if all options are exercised.
    This RFP, issued by the Marine Raider Training Center, seeks to procure a firm-fixed-price contract for the installation, maintenance, and warranty of a call/text/email system. The system is to be installed at a specified location from September 23 to September 30, 2024, with a 12-month warranty and maintenance period, followed by five optional 12-month warranty and maintenance periods. The procurement includes the provision of replacement parts and equipment, as well as troubleshooting support with guaranteed response times. The RFP emphasizes the importance of security requirements, risk mitigation techniques, and flexibility in the vendor's plan. The vendor must also detail their equipment repair and replacement processes, as well as their ordering procedures for replacement equipment. The evaluation criteria for this RFP are Qualifying Criteria, Technical, Past Performance, and Price, with Technical and Past Performance being more important than Price. The Technical evaluation will focus on the vendor's understanding of the requirements, their plan for installation and maintenance, and their ability to meet security and risk mitigation needs. The Past Performance evaluation will consider the vendor's recent and relevant contracts. The Price evaluation will consider the total price for the base and all option years, with the potential for discussions if prices are significantly unbalanced. The submission deadline for proposals is August 5, 2024, at 12:00 PM Eastern Standard Time. The RFP includes detailed instructions for proposal preparation and submission, with specific requirements for formatting and content. The successful vendor will be selected based on an evaluation of their proposal in accordance with the criteria outlined in the RFP.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fitness Equipment
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of fitness equipment for the Marine Forces Special Operations Command (MARFORSOC) at Camp Lejeune, North Carolina. This solicitation, identified as H92257-24-R-0029, aims to acquire a range of athletic training and rehabilitation equipment, including strength training machines and recovery devices, to enhance the health and fitness capabilities of military personnel. The contract will be awarded as a Firm Fixed Price (FFP) type, with a focus on small businesses, and is intended to be awarded based on the best value to the government without discussions. Interested parties must submit their quotes by September 16, 2024, and can contact Betty Gonzalez at beatriz.gonzalez.civ@socom.mil for further information.
    Annual Maintenance Plan - Surveillance System and Emergency Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for an Annual Maintenance and Repair Plan for various security systems at the Natick Soldier Systems Center (NSSC) in Massachusetts. The contract encompasses the maintenance of a Video Surveillance System Network, telephone recording systems, emergency door lock systems, and Emergency Operations Center (EOC) components, with a base period of 12 months and four optional 12-month periods. This procurement is critical for ensuring the operational integrity and security of military facilities, emphasizing the need for qualified small businesses to deliver reliable services. Interested contractors should prepare to submit their proposals, which must include technical descriptions and past performance documentation, by the anticipated solicitation release date of August 23, 2024. For further inquiries, potential bidders can contact Martina Biro at alexandra.m.biro2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.
    Solar Sign Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for preventative maintenance services on solar signs at Camp Lejeune, North Carolina. The contract requires the contractor to perform Quarterly Preventative Maintenance Checks and Services (PMCS) on eight solar signs, which includes tasks such as cleaning, lubrication, battery checks, and reporting necessary repairs to ensure proper operation. This maintenance is crucial for the functionality of solar-powered signage, which plays a significant role in communication and safety within military installations. Interested contractors, particularly small businesses, are encouraged to submit their quotes by the designated deadlines, with the contract period running from September 23, 2024, to September 22, 2027, and options for renewal thereafter. For further inquiries, potential bidders can contact John Reese at john.reese@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil.
    VTC Equipment Purchase and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the purchase and installation of Video Telecommunication (VTC) equipment at the Marine Corps Base Quantico in Virginia. The project involves replacing an outdated Cisco SX80 Codec with two new compliant systems, along with necessary equipment and programming to ensure functionality for classified communications. This upgrade is critical as the current system will be unsupported after October 2024, impacting operational capabilities for military leadership. Proposals are due by September 18, 2024, at 12:00 PM EST, and interested vendors should contact Codey Burnham at codey.burnham@usmc.mil or Gabriela Gonzalez at gabriella.gonzalezc@usmc.mil for further details.
    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.
    Cabinet X-Ray Security System Maintenance, Repair, and Training Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance, repair, and training services for cabinet X-ray security systems at multiple Military Entrance Processing Stations (MEPS). The contract, designated as a total small business set-aside, aims to ensure operational reliability and safety compliance of these critical security systems, which are essential for screening personal items entering military facilities. Interested contractors must submit their quotes by 11:00 AM on September 11, 2024, in accordance with the provided solicitation documents, and are encouraged to contact Adam Buchert or John Haarala for further inquiries regarding the procurement process.
    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 (GAFB) in Texas. The contractor will be responsible for immediate repairs and semi-annual maintenance services to ensure the system operates at full capacity, including troubleshooting, part replacements, and compliance with military standards. This initiative is critical for maintaining reliable communication systems essential for military operations, emphasizing the importance of effective mass notification capabilities. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 9, 2024, to assess the equipment and clarify any questions with the contracting officers, Ruben Reyes and Matthew Loffredo, who can be reached via email or phone for further information.
    Corning and Preformed Fiber Optic Cables
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of fiber optic cables and related components, with a focus on products from original equipment manufacturers Corning and Preformed Line Products. This procurement is critical for maintaining reliable communications, particularly for emergency services at Camp Lejeune, North Carolina, where the use of third-party parts has led to significant operational challenges and costs. The solicitation emphasizes a total small business set-aside, encouraging participation from service-disabled veteran-owned businesses, and includes amendments that update part numbers and extend the submission deadline to September 10, 2024, at 12:00 PM. Interested contractors can reach out to Rebecca Hayes at rebecca.l.hayes.ctr@usmc.mil or call 910-451-7884 for further details.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.