Similar Projects
Vendor Lists
Alteration
Design
Newfield, ME

Snow Removal
Term Contract
Design
Bangor, ME 04401

RFP Design - Professional Services for a Traffic Safety and Ancillary Improvements for Route 100
Infrastructure
Bidding
$700,000 CJ est. value
Cumberland, ME 04105

RFP - Structural Engineering Consulting Services
Term Contract
Bidding
Sanford, ME 04073

ME-Rachel Carson NWR-Cleaning Contract
Term Contract
Post-Bid
Wells, ME 04090

Public Waterless Toilet - ADA Compliant
Alteration
Post-Bid
Kingfield, ME

Septic Tank / Vault Toilet Pumping and Disposal Services
Term Contract
Results
Campton, Gorham, NH 03581

Graffiti Removal Services
Alteration
Results
Portland, ME

Snowplowing for Grey Stone Mobile Home Park Season 2021-2022
Term Contract
Post-Bid
Veazie, ME 04401

Snow Removal 2021/2022
Term Contract
Post-Bid
Bangor, ME 04401

Plowing and Sanding for 2021-2022 Season
Term Contract
Post-Bid
Bristol, ME 04558

Waterfall Arts Window Replacement and Lead Abatement
Alteration
Post-Bid
Belfast, ME 04915

Bigelow Snow Plow 2021/2022
Term Contract
Post-Bid
Boothbay, ME 04544

Snow Removal 2021/2022 Season
Term Contract
Post-Bid
Calais, ME 04619

Snow Removal for 2021-2024 Season
Term Contract
Post-Bid
Presque Isle, ME 04769

Last Updated 11/24/2022 01:34 AM
Project Title

Facility Investment Services for Commercial Building Services

Physical Address View project details and contacts
City, State (County) Kittery, ME 03904   (York County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $6,925,356 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Nov 22, 2022 Contract Award Number: N4008523D2501 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: FLZPT7T3Y968 Contractor Awarded Name: FRONTLINE KING GEORGE JV, LLC Contractor Awarded Address: Silver Spring, MD 20906-1865 USA Base and All Options Value (Total Contract Value): $6925356.01 Contract Title: N40085-22-R-2625 FACILITY INVESTMENT AND COMMERCIAL BUILDING SUPPORT SERVICES FOR PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME B.2 Type of Contract: This is a Facilities Support, Indefinite Delivery/Indefinite Quantity Contract with Recurring and Non-Recurring Services as noted in Section L, Instructions, Conditions, and Notices to Offeror. B.3 Minimum Guarantee: The Recurring Price portion of the base year only is the minimum guarantee for this contract. B.4 Set-Aside: 100% Small Business Set-Aside Competitive Procurement. Refer to Section I, FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. B.5 NAICS Code: The NAICS Code assigned to this procurement is 561210 with a small business size standard of $41,500,000.00. Refer to On-Line Representations and Certifications Application (ORCA) via System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM . B.6 Wage Determination (Service)/Wage Decision (Construction): Service Contract Act (SCA) wages are included in this solicitation. Refer to Section J, Attachments. SCA (Wage Determination No._2015-4011 Rev. 20) shall be used for wage rates and fringe benefits for FSC services that are not covered in the current CBA. B.7 Bid Guarantee/Bonding Requirements: NOT REQUIRED for this procurement. B.8 Contract Term: This contract contains provisions for a Base Period with four (4) Option Periods, not to exceed a total of sixty (60) months. The Government has the option to extend the term of the contract in accordance with Section I, Contract Clauses, 52.217-9, Option to Extend the Term of the Contract-Services (Mar 2000). In the option periods, the Government will adjust the prices, if applicable, based on the new Department of Labor Wage Determination. B.9 Period of Performance: The period of performance will be determined at the time of award. B.10 Evaluation of Proposal: Proposers shall submit a lump sum price for Section B, CLINs 0001 through 0010 and unit prices for Exhibit A through Exhibit E, referenced in Section J. For purposes of evaluating offers for award, the Government will utilize the pricing submitted for the base year and all option periods. Refer to Section M, FAR 52.217-5, Evaluation of Options (JUL 1990). B.11 Contract Line Items And Contract Exhibit Line Items a. Proposers shall enter unit prices and amounts for Contract Line Items (CLINs) and Contract Exhibit line items (ELINs) as indicated in the schedules and accompanying exhibits. Government Purchase Card Non-Recurring quantity work may be ordered at the prices offered by two ways: 1Unit Prices For Labor a. A portion of the work included in the scope of this contract cannot be identified in advance in sufficient detail to be as a Unit Price Task in this contract. Labor for this work will be ordered and paid for based on unit prices for labor proposed by the Contractor listed in the Schedule of Non-Recurring Quantity Work. b. Estimated hours in the Schedule are a forecast of future requirements. These estimated hours are for performing "Non-Recurring Quantity Work" accomplished in the time period shown. c. The Contractor shall enter, in the unit price proposal space, the unit price for performing composite labor. The composite labor price shall include all direct and indirect costs associated with performing an hour of work. The composite labor price should be the Contractor's hourly craft wage adjusted to allow for the offerors work force productivity (i.e., the Contractor's estimate of how its' work force will perform in relation to the Means Facilities Cost Data and/or the Engineered Performance Standards). The Composite Labor Rate shall include all costs for preparation of the cost proposal, job preparation, travel, pre- expended bin materials and supplies, ordering and stockpiling job material, additional material handling, items of equipment necessary to perform work (I.e. bucket truck, lifting equipment, staging, etc.), profit, tools, equipment, field and home office overhead, clerical support, supervision, inspection, fees, taxes, licenses, bonds, permits, insurance, etc. B.15 Period Of Performance - Less than One Year Offer shall be submitted for the performance of work for a period of one year. The contractor is cautioned to recognize that the initial term of the contract may be for a period of less than one year in accordance with the "Term of Contract" clause in Section F. In the event that the period of performance is less than one year, the Government will reduce the individual line item quantities to reflect work remaining in the contract term and no other adjustments to the pro-rated contract price will be made.by the issuing activity using a DD Form 1155 "Order for Supplies and Services"; 2) by an authorized Government user via a Government Purchase Card (GPC). When receiving GPC orders against Section B, the contractor shall provide the supplies and services at the offered price without additional markup or handling fee. B.17 Contractor Support Of Electronic Facilities Support Contracting (e-FSC) This procurement allows for the use of FEDMALL for issuing orders. Refer to Section H, Special Contract Requirement. B.18 Incorporation of Technical Proposal a. The Contractor's technical proposal, including revisions and amendments made prior to contract award and a copy of which is in the possession of both parties, will be incorporated into this contract upon award by reference with the same force and effect as if set forth in full text. All contractor personnel shall meet or exceed the qualification standards, experience levels, and trade backgrounds set forth in the technical proposal. b. In the event of an inconsistency between the provisions of this contract and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) the contract (excluding the technical proposal), and then (ii) the technical proposal. B.19 Request For Proposals (RFP) Information/Clarification Questions Contractors are required to review the entire solicitation package before submitting questions. All questions must be submitted at least 10 days before proposals are due, by email to matthew.a.collins51.civ@us.navy.mil This is the most efficient way to ensure all questions are addressed in a timely manner. B.20 Request for Proposal (RFP) Files: Solicitations are posted to the Contract Opportunities website (https://www.sam.gov) as mandated by our Agency. By necessity, these files are protected to prevent unauthorized editing. It is the sole responsibility of the offeror to obtain the RFP files, along with any amendments, from this website. Unprotected editable file copies of the RFP documents including: Word, Excel and/or .pdf files (Adobe Acrobat Files) will not be provided. Please plan accordingly. Government Purchase Card Non-Recurring quantity work may be ordered at the prices offered by two ways: 1) by the issuing activity using a DD Form 1155 "Order for Supplies and Services"; 2) by an authorized Government user via a Government Purchase Card (GPC). When receiving GPC orders against Section B, the contractor shall provide the supplies and services at the offered price without additional markup or handling fee. B.17 Contractor Support Of Electronic Facilities Support Contracting (e-FSC) This procurement allows for the use of FEDMALL for issuing orders. Refer to Section H, Special Contract Requirement. B.18 Incorporation of Technical Proposal a. The Contractor's technical proposal, including revisions and amendments made prior to contract award and a copy of which is in the possession of both parties, will be incorporated into this contract upon award by reference with the same force and effect as if set forth in full text. All contractor personnel shall meet or exceed the qualification standards, experience levels, and trade backgrounds set forth in the technical proposal. b. In the event of an inconsistency between the provisions of this contract and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) the contract (excluding the technical proposal), and then (ii) the technical proposal. B.19 Request For Proposals (RFP) Information/Clarification Questions Contractors are required to review the entire solicitation package before submitting questions. All questions must be submitted at least 10 days before proposals are due, by email to matthew.a.collins51.civ@us.navy.mil This is the most efficient way to ensure all questions are addressed in a timely manner. B.20 Request for Proposal (RFP) Files: Solicitations are posted to the Contract Opportunities website as mandated by our Agency. By necessity, these files are protected to prevent unauthorized editing. It is the sole responsibility of the offeror to obtain the RFP files, along with any amendments, from this website. Unprotected editable file copies of the RFP documents including: Word, Excel and/or .pdf files (Adobe Acrobat Files) will not be provided. Please plan accordingly.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents