Similar Projects
H399--Annual Workplace Evaluation and Physical Security Assessment
Term Contract
Bidding
Washington, DC 20006

St Elizabeths West Campus SATOC
Term Contract
Sub-Bidding
Washington, DC 20593

RFP - Construction Management Services for Water & Sewer System Infrasture BOA II
Term Contract
Sub-Bidding
$30,000,000 CJ est. value
Washington, DC 20036

Sanitary Sewer Lateral Replacement Contract
Term Contract
Post-Bid
Washington, DC 20036

Job Order Contract (Joc) Systems Consulting Services
Term Contract
Post-Bid
Washington, DC

Teaming Solicitation - Construction
Term Contract
Sub-Bidding
Washington, DC 20534

Generator Maintenance
Term Contract
Post-Bid
Washington, DC 20036

DCFA # 543 - Public Outreach and Engagement Support Services for CIP Projects
Term Contract
Sub-Bidding
$1,000,000 CJ est. value
Washington, DC 20036

FY22 Flood Smart Homes
Term Contract
Post-Bid
Mountain Top, WA 99328

Implementation of an Integrated Library System for the DC Public Library
Term Contract
Sub-Bidding
Washington, DC 20001

Indefinite Delivery/ Indefinite Quantity Hazardous Materials for Smithsonian Institution
Term Contract
Post-Bid
Washington, DC 20024

(DB)/(DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for locations within NAVFAC Washingtons Area
Term Contract
Post-Bid
$100,000,000 CJ est. value
Washington, DC 20036

GPO Command Center Project Management
Term Contract
Post-Bid
Washington, DC 20401

Construction Management Technical Support Systems (CMTSS)
Term Contract
Post-Bid
Washington, DC 20036

Water Treatment Services for Boilers and Water Systems
Term Contract
Post-Bid
Washington, DC 20036

Last Updated 10/03/2023 06:33 AM
Project Title

Marine Helicopter Squadron One and Defense Information System Agency Base Operations Support (HMX-1 DISA BOS)

Physical Address View project details and contacts
City, State (County) Washington, DC 20032   (District of Columbia County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

29 SEPT 2023: REQUEST FOR PROPOSAL This notice serves to provide notification to all small businesses for the Solicitation of Marine Helicopter Squadron One (HMX-1) and Defense Information Systems Agency (DISA) Base Operations] Support (BOS) at JBAB, Washington, D.C. Please see the attached Site Visit Registration due no later than 10 OCT 2023 at 11:00 AM EST. Site Visit will be held on 23 OCT 2023. Please see the attached Request for Proposal (RFP) FA7060-23-R-0010 and associated attachments. RFP Responses are due no later than 16 NOV 2023 at 1:00 PM EST. 26 SEPT 2023: SITE VISIT (23 OCT 2023) INFO The Government intends on hosting a Site Visit Mon, 23 OCT 2023 at JBAB, DC. Note: The Site Visit date is subject to change. If changed, notification will be published to https://www.SAM.gov. Registration Due Date: Tue, 10 OCT 2023 at 11:00 am EST (See submittal instructions attached) Site Visit Date: Mon, 23 OCT 2023 Requirements: Interested companies must have an ACTIVE TOP SECURITY FACILITY CLEARANCE to attend the Site Visit, no exceptions. Site Visit attendance is not mandatory for proposal submission. One (1) representative from each company is allowed to register for attendance and will be verified, including Social Security Number (SSN), DoD ID Number (if a Contractor), Date of Birth. ALL ATTENDEES MUST BE A UNITED STATES (U.S.) CITIZEN. COMPLETE REQUIRED Registration Forms as attached. 7 SEPT 2023: PRESOLICITATION INFO & DRAFT PWS This notice serves to provide notification to all small businesses for the upcoming Solicitation for Marine Helicopter Squadron One (HMX-1) and Defense Information Systems Agency (DISA) Base Operations] Support (BOS) at JBAB, Washington, D.C. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, transportation, incidental engineering, and other items necessary to perform facility management, facility investment, fire protection, janitorial, pest control, ground maintenance, street sweeping and snow removal services for facilities, ground structures, personal property equipment and installed equipment for a two (2) month Phase-in, five (5) year ordering period, two (2) month Phase-out, and six (6) month Extension of Services in accordance with the anticipated Performance Work Statement (PWS). Furthermore, there are multiple Off Base/Site within the National Capital Region and beyond. The contractor may be required to travel up to a one-hundred-mile radius. Assigned personnel shall obtain the stated background investigation prior to working at the identified secured sites. The North American Industry Classification System (NAICS) code for this project is 561210 (Facilities Support Services). The Business Size Standard is $47,000,000. The complete Solicitation package will be made available only through the SAM website at www.SAM.gov. Anyone wishing to participate in this proposed procurement must obtain their copy from the internet. Copies will not be mailed from the Contracting Office or Contracting Officer. All amendments will be posted to www.SAM.gov. Contractors will be solely responsible for obtaining amendments from this site to update files. This requirement will be solicited as a 100% Small Business Set-Aside with the intent to award a Firm-Fixed Price Commercial Services Contract. Award is anticipated to be made, in accordance with the acquisition procedures established in FAR 15.101-1(b)(2) and FAR 12. Anticipated issue date for the Solicitation is at least 15 days after issuance of this notice and can be accessed at the website at www.SAM.gov. Notice to Offerors: NOTE 1: All prospective contractors must be registered and active in the SAM website at www.SAM.gov before award of contract. Failure to register or sustain an active registration in the SAM database will cause your firm to be ineligible for award or future awards. NOTE 2: Contractors are required to have (at time of proposal submission) and maintain an active Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. Contractors must have TSI/SCI clearance with the ability to obtain a Yankee White clearance (YW), all personnel shall be enrolled in the continuous evaluation program until a reinvestigation warrants. NOTE 3: Notice to Offerors: Funds are not presently available for this effort. No award will be made under this Solicitation until funds are available. The Government reserves the right to cancel this Solicitation, either before or after the closing date. In the event the Government cancels this Solicitation, the Government has no obligation to reimburse an offeror for any costs. Action Code: Not Applicable Date: 7 September Year: 2023 Contracting Office Zip Code: 20032 Product or Service Code: Z1JZ - Maintenance of Miscellaneous Buildings Contracting Office Address: 11th Contracting Squadron 20 MacDill Blvd SE, Washington, D.C. 20032 Subject: Marine Helicopter Squadron One (HMX-1) and Defense Information Systems Agency (DISA) Base Operations Support (BOS), JBAB, Washington, D.C. Proposed Solicitation Number: FA7060-23-R-0010 Closing Response Date: Anticipated Solicitation Issue Date: September 2023 (Proposals tentatively due 30 to 45 Calendar Days after the Combined Solicitation Synopsis is publishing to www.SAM.gov); Anticipated Solicitation Closing Date: November 2023 Contact Point - Contracting Officer and Contract Specialist(s): Welth Cooper, Contracting Officer, Welth.Cooper@us.af.mil; Sean Miller, Contracting Specialist, Sean.Miller.51@us.af.mil; Joi Blackman, Contracting Specialist, Joi.Blackman@us.af.mil Contract Award and Solicitation Number: Solicitation Number - FA7060-23-R-0010, Contract Award - Not Applicable Contract Award Dollar Amount: Not Applicable Contract Line Item Number(s): Five (5) Year Ordering Period, Two (2) month Phase-In Period (if required), Two (2) month Phase-Out Period (if required), and Six (6) month Extension of Services, if required. *The proposed Recurring Contract Line Items are subject to change* (See Attached) Contract Award Date: Not Applicable Contractor: The Government anticipates soliciting this requirement as a 100% Small Business Set-Aside. Description: Full Performance Work Statement will be issued at time of Solicitation posting to www.SAM.gov. All information will be posted to www.SAM.gov. Place of Contract Performance: Joint Base Anacostia-Bolling (JBAB), Washington, D.C. Set-aside Status: 100% Small Business Set-Aside Draft Performance Work Statement attached to this post. This document is published in accordance with FAR 5.207 - Preparation and transmittal of synopses.

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