SOLICITATION NOTICE
Z -- Family Housing Maintenance Services - Training Center (TRACEN) Cape May, NJ
- Notice Date
- 10/23/2025 7:27:24 AM
 
- Notice Type
- Solicitation
 
- NAICS
- 561210
 — Facilities Support Services
 
- Contracting Office
- LOG-9 NORFOLK VA 23510 USA
 
- ZIP Code
- 23510
 
- Solicitation Number
- 70Z08426RDL950001
 
- Response Due
- 11/14/2025 9:00:00 AM
 
- Archive Date
- 11/29/2025
 
- Point of Contact
- Janine A. Marshall, Phone: 2068201800, HAYCOX, Mr. JEFFREY D
 
- E-Mail Address
- 
janine.a.marshall@uscg.mil, Jeffrey.D.Haycox@uscg.mil
 (janine.a.marshall@uscg.mil, Jeffrey.D.Haycox@uscg.mil)
 
- Small Business Set-Aside
- 8A 8a Competed
 
- Description
- Solicitation Instructions ELIGIBILITY The United States Coast Guard intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, on behalf Operational Logistics Command (LOGCOM) for family housing facilities services at the Training Center (TRACEN) in Cape May, New Jersey. This solicitation is issued as an 8(a) competitive set-aside in accordance with the Small Business Administration (SBA) 8(a) Business Development Program. Offerors must be Certified 8(a) program participants under the appropriate North American Industry Classification System (NAICS), 561210 � Facilities Support Services. The NAICS code size standard is $47 million. PROPOSAL SUBMISSION Clearly mark all packages with the solicitation number. Offerors shall submit proposals electronically via email to Janine Marshall at janine.a.marshall@uscg.mil no later than November 14, 2025, at 12:00PM EST. Late submissions will not be considered. PROPOSAL CONTENT AND VOLUMES Proposals must be submitted in four separate volumes. Each volume of the proposal shall be submitted as one original as specified in the table below. Each volume shall include points of contact (POCs), and Unique Entity Identification. Page limitations for each volume, if any, are also specified in the table below as follows (title and table of contents pages do not count towards page limit). Proposal pages beyond a specified maximum limit, if any, will not be reviewed as part of the evaluation. Volume Title Page Limit Copies Required 1 Contract Information None 1 Original 2 Technical 30 pages 1 Original 3 Past Performance 5 Pages 1 Original 4 Price Proposal None 1 Original Each volume must contain the following information: Cover and title page; Title of proposal and proposal number as applicable; Offeror's name, address, POC, and UEI; solicitation number; Proposal volume; Table of Contents (The table of contents must provide sufficient detail to enable easy location of important elements). All proposals must be UNCLASSIFIED. VOLUME 1 - CONTRACT INFORMATION Note: This volume shall not contain any reference to price aspects of the offer. The Offeror shall submit all certifications and representations required within Section K of the solicitation. PROPOSAL FORMAT Written proposals must be formatted using a Times New Roman 12-point normal font (no reduction permitted), single spaced with 1-inch margins all around, and formatted for standard 8.5 x 11-inch paper. All pages should be numbered with section and page numbers. When foldout pages are used, they must not exceed 11 x 17 inches and will be counted as 1 page. Drawings may be provided separately and may be any size but should be folded to approximately 8.5 x 11-inch standard size and will count as 1 page. Graphic resolution should be consistent with the purpose of the data presented. The Offeror will provide one complete copy of the written proposal to the PCO as electronic files fully compatible with Microsoft Office. TECHNICAL PROPOSAL REQUIREMENTS The technical proposal shall address the following evaluation criteria: VOLUME 2 - TECHNICAL (FACTOR 1) Note: This volume shall not contain any reference to price aspects of the offer. The Offeror shall provide all the information and data necessary to demonstrate that it meets the minimum technical requirements outlined in Section C and the corresponding SOW. Key Personnel - Identify key personnel and their qualifications, certifications, and experience relevant to the scope of work. VOLUME 3 - PAST PERFORMANCE (FACTOR 3) Offerors shall submit the following information as part of their proposal for both the Offeror and proposed subcontractors. See Attachment 6 -Past Performance Questionnaire. Offerors shall provide no more than three (3) Past Performance References with their proposal. Offeror shall identify no more than three (3) most recently completed or current contracts (not to have exceeded five (5) years since contract completion) for similar services. The contracts identified should be of similar scope and complexity to this solicitation. The identified contracts can be with Federal, State, local, or commercial contracts. For each contract, the Offeror shall identify the customer POC. The Offeror shall provide the current address, phone number, and email address for each POC. Offerors that are newly formed without prior contracts should list contracts and subcontracts as required above for all personnel with significant roles in contract performance. The Government reserves the right to limit or expand the number of references it decides to contact and to contact other references than those provided by the Offeror. In conducting this assessment, the Government reserves the right to use both data provided by the Offeror, including contacting any POCs listed, and data obtained from other sources other than those identified by the Offeror, such as the Contractor Performance Assessment Reporting Systems (CPARS). Since the Government may not necessarily interview all sources provided by the Offeror, it is incumbent upon the Offeror to explain the relevance of the data provided. The burden of providing thorough and complete past performance information remains with the Offeror. If the Offeror is aware of any situation that may negatively impact the Offeror's past performance ratings, please discuss the situation and how it was remedied. Failure to submit the past performance data with the proposal shall be considered certification (by signature on the proposal) that the contractor has no past performance for similar items. PRICE PROPOSAL REQUIREMENTS VOLUME 4 � PRICE PROPOSAL The Offeror shall provide separate price proposal, detailing the total price for each priced line item as designated in the contract line-item number of the solicitation. Due to the anticipated limited availability of Government or other secondary source cost/price data, the Offeror shall also include supporting documentation demonstrating the prices at which similar items have been previously sold or purchased. This documentation may include a relevant commercial price list covering the products listed in Section B, including applicable configurable options. When providing the commercial price list, the Offeror shall ensure that the Government can readily identify the comparable product configuration and arrive at a similar price point. Proposal must be valid for 180 days after the date specified for receipt of proposals. EVALUATION CRITERIA Proposals will be evaluated based on the following criteria: Technical Approach: The ability to meet or exceed the requirements outlined in the SOW. Management Approach: The organizational structure that can provide adequate strength and quality workforce. Past Performance: The relevance and quality of past performance on similar contracts. Price: Reasonableness and realism of the proposed price. The Government intends to make an award to the responsible offeror whose proposal represents the best value to the Government, considering both technical and price factors. SITE VISIT Offerors are hereby informed that a site visit will be held on October 30, 2025, at 9:00 AM EDT. The site visit will take place at United States Coast Guard Training Center - 1 Munro Avenue, Cape May, NJ 08204 and is intended to provide offerors with an opportunity to familiarize themselves with the project site and address any questions regarding the solicitation requirements. Attendance at the site visit is strongly encouraged but not mandatory. Offerors planning to attend must RSVP by emailing Robert Mick at robert.w.mick@uscg.mil. Please reference: �TRACEN Cape May Housing Maintenance Services Site Visit� when you RSVP. All attendees must comply with security protocols and bring valid government-issued identification for access to the site. Please note that no verbal statements or clarifications made during the site visit will alter the solicitation terms; any official changes will be issued in writing via amendment. QUESTIONS AND CLARIFICATIONS Offerors may submit questions or request clarification of any aspect of this solicitation. It is the Offeror's responsibility to bring to the attention of the points of contact at the earliest possible time, but prior to closing date, any ambiguities, discrepancies, inconsistencies, or conflicts between the statement of work and other solicitation documents attached hereto or incorporated by reference. Each question should identify solicitation number, document, page number, paragraph number or other identifier relating to the question. Questions without this information may not be answered. Acknowledgment of the questions received will not be made. The deadline for receipt of questions is November 3, 2025 2:00 PM Eastern Standard Time (EST). Although every effort will be made, the Government makes no guarantee that questions received after the date above will be answered. Questions must be submitted on the provided Attachment �Questions+Comments Template. Please email Janine Marshall at janine.a.marshall@uscg.mil no later than the deadline indicated above. Responses to questions will be provided via amendment to the solicitation. CONTRACT TYPE The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract resulting from this solicitation. PERIOD OF PERFORMANCE The anticipated period of performance is: Base Period January 1, 2026, through December 31st, 2026 Option Period One January 1, 2027, through December 31st, 2027 Option Period Two January 1, 2028, through December 31st, 2028 Option Period Three January 1, 2029, through December 31st, 2029 Option Period Four January 1, 2030, through December 31st, 2030 OTHER REQUIREMENTS Offerors are required to submit sufficient information concerning the following areas to enable Government personnel to fully ascertain capabilities of the Offeror to perform the requirements. The proposal must be sufficient in detail and scope to permit evaluation and provide the evaluators a clear understanding of the Offeror's approach, expertise, experience and capability as required by the solicitation. All proposals must clearly and convincingly demonstrate that the Offeror has a thorough understanding of the requirements, associated risks and is able, willing and competent to devote the resources necessary to meet the requirements and has valid and practical solutions for all requirements and potential risk areas. With the exception of Volume 4 - Price Proposal, no pricing information should appear in any other volume. Alternate proposals are not acceptable. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those Offerors determined necessary to ensure efficient competition. In presenting material in the proposal, the Offeror is advised that quality of information is more important than quantity. Clarity, brevity, and logical organization should be emphasized during proposal preparation. It is the responsibility of the Offeror to present enough information to allow the proposal as well as price to be meaningfully evaluated without discussions. For this acquisition, relevance is defined as something that has a logical connection with the matter under consideration. Such aspects or relevance include the type of requirements (e.g. commercial services), service similarity, service complexity, contract type, contract dollar value, the division of the company that will perform the work, and participation of Principal Subcontractors, Team Members, or Critical Team Members. The Offeror must include any data necessary to illustrate the adequacy of the proposal. Failure to clearly and positively address specific information within the volumes below may be considered a deficiency. There is no need to repeat information in more than one volume if an overlap exists; the detailed information must be included in the most logical place and summarized and referenced in other areas. Unnecessarily elaborate brochures or other presentation materials beyond that sufficient to present a complete and effective proposal is neither necessary nor desired. Offerors are expected to comply with all requirements of the solicitation. The Government advises Offerors that taking exception or deviating from any term or condition of the solicitation may make an offer unacceptable, and the Offeror ineligible for award, unless the solicitation expressly authorizes such an exception or deviation regarding that specific term or condition. The Government may consider any exception or deviation to any term or condition of the solicitation that is not expressly authorized by the solicitation to be a deficiency, as defined in FAR 15.001. The Government intends to award a contract resulting from this solicitation to the responsible Offeror with the best value, provided that the Offeror's proposal meets the minimum technical requirements outlined in this solicitation.
 
- Web Link
- 
SAM.gov Permalink
 (https://sam.gov/workspace/contract/opp/6d6c6b453fb84e22acde33add2c8e4d6/view)
 
- Place of Performance
- Address: NJ 08204, USA
- Zip Code: 08204
- Country: USA
 
- Zip Code: 08204
- Record
- SN07626394-F 20251025/251023230034 (samdaily.us)
 
- Source
- 
SAM.gov Link to This Notice
 (may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |
