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
    Levrack Furniture
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the procurement of furniture for the Command VIP Suite at Camp Lejeune, North Carolina. This opportunity is specifically aimed at small businesses, with a focus on service-disabled veteran-owned small businesses, and emphasizes compliance with federal acquisition regulations. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, ensuring that both technical capabilities and pricing are considered. Proposals are due by 12:00 PM EST on September 20, 2024, with a mandatory site visit scheduled for September 17, 2024. Interested parties should contact Staff Sergeant David Kidd at david.m.kidd.mil@socom.mil or 910-440-0508 for further details.
    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 in Quantico, Virginia. The project involves replacing an outdated Cisco SX80 Codec with two new compliant systems, along with necessary audiovisual equipment, to enhance operational capabilities for high-level military leadership. This procurement is critical as the current system will be unsupported after October 2024, impacting classified communications. Interested vendors must submit their proposals by September 18, 2024, and can direct inquiries to Codey Burnham at codey.burnham@usmc.mil or Gabriela Gonzalez at gabriella.gonzalezc@usmc.mil. The project is designated as an 8(a) set-aside, encouraging participation from small businesses, particularly service-disabled veteran-owned enterprises.
    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 the selected contractor to perform 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 crucial for reliable communication in military operations, emphasizing the importance of maintaining operational readiness. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to contact the contracting officer, Matthew Loffredo, at matthew.loffredo@us.af.mil for further details.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with a completion timeline of 180 days post-award. Interested small businesses must submit their proposals by September 17, 2024, and are encouraged to contact Angela Little at angela.f.little2.civ@us.navy.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.
    NAWCAD WOLF - Syntonics Rack Mount Communications Systems in Support of CSI Program
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes from qualified small businesses for the procurement of Syntonics Rack Mount Communications Systems in support of the CSI Program. This procurement is a total small business set-aside and requires vendors to be authorized distributors or resellers of Syntonics LLC products, ensuring compliance with the Trade Agreements Act (TAA) and that all items are covered under the manufacturer’s warranty. The selected vendor will provide specific radio communication equipment, with proposals evaluated based on the lowest price among acceptable submissions, and delivery expected by November 18, 2024. Interested parties must submit their quotes via email to Maria A. Sproul by September 20, 2024, at 4:00 PM Eastern Time, and must be registered in the System for Award Management (SAM) database prior to submission.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    Removal and Installation of Uninterrupted Power Supplies (UPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the removal and installation of Uninterruptible Power Supplies (UPS) at Camp Lejeune, North Carolina. The procurement involves the acquisition of three Eaton UPS systems (Model 9PXM12S20K) along with installation and startup services, aimed at replacing outdated systems to support critical telecommunications for Marine Corps Installations East. This initiative is vital for ensuring operational continuity and compatibility with existing infrastructure, as the selected equipment is essential for standardization and maintenance efficiency. Interested small businesses must submit their proposals, including a technical capability statement and pricing, by 10:00 AM on September 19, 2024, with inquiries directed to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    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.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.