SOLICITATION NOTICE
H -- BOILER INSPECTION AND CERTIFICATIONS IN NAVFAC SOUTHEAST AREA OF RESPONSIBILTY, SPECIFICALLY TX, LA, MS, AL, GA, FL, and SC.
- Notice Date
- 1/30/2009
- Notice Type
- Presolicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945009R0054
- Response Due
- 2/17/2009
- Archive Date
- 2/17/2010
- Point of Contact
- Mark VanLuit 904-542-6936 Primary: Mark VanLuit, 904-542-6936Alternate: Connie Sloan, 904-542-6907
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY. The solicitation will be available on or about Friday, February 27, 2009 at https://www.neco.navy.mil/. Naval Facilities Engineering Command Southeast, Jacksonville, FL is currently seeking a contractor for N69450-09-R-0054 to obtain Boiler Inspections and Certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. This solicitation is a 100% SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED BUSINESSES.The NAICS Code for the solicitation is 561990, All Other Support Services. The Small Business Size Standard is $7.0 million dollars. This solicitation will result in the award of one Indefinite Delivery / Indefinite Quantity Facility Support Services Contract. The contract will be for one base year with four one-year option periods. The estimated cost of each Firm-Fixed Price task order is between $100 and $25,000, with the average project in the $2,500 range. The requirements will be funded at time of award of task orders, and a minimum guarantee of $25,000 will be established. Four option periods will run for twelve months and will be exercised at the discretion of the Government. The approximate start date for this contract is 1 MAY 2009, with the performance period of the Base Year estimated from 1 MAY 2009 through 30 APRIL 2010, and the completion date of Option Year Four, if exercised will be 30 APRIL 2014. IDIQ work if ordered will be placed by Task Order if ov! er $100K and by electronic DOD EMALL if $100K or under.The intention of this solicitation is to obtain Boiler Inspections and Certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. There are approximately 300 boilers and 1000 UPVs. Boiler and Pressure Vessel Inspection at Navy Shore Based Facilities shall be conducted only by NAVFAC Authorized Boiler Inspectors or Inspectors that possess a currently active National Board of Boiler and Pressure Vessel Commission that is held by an Authorized Inspection Agency. Documentation must be presented. Documentation will also be presented to the National Board to determine that said Documentation is current. All inspections will be per the National Board Inspection Code and the Unified Facilities Criteria 3-430-07 (UFC) with the UFC being the final determination of conflicts arise. Frequency of inspection shall be per UFC tables 3-1, 3-2, 3-3, and 3-4. Inspection agencies must provide evidence of prior inspection activities on boilers! and pressure vessels comparable to those that shall be listed in the contract. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined and described in the Performance Work Statement (PWS). The services to be satisfied are for labor, management, supervision, materials, supplies, tools and vehicles to perform and obtain Boiler Inspections and Certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. The specific geographic areas to be covered by contract number N69450-09-R-0054 will include: MCAS Beaufort, SC; MCLB Albany, GA;MCRD Parris Island, SC;NADEP Jacksonville, FL; NAS Atlanta, GA; NAS Corpus Christi, TX; NAS JRB Fort Worth, TX; NAS Key West, FL; NAS Kingsville, TX; NAS Meridian, MS; NAS New Orleans, LA; NAS Pensacola, FL; NAS Whiting Field, FL; NAVHOSP Beaufort, SC; NAVHOSP Charleston, SC; NAVSTA Ingleside, TX; NAVSTA Mayport, FL; NCBC Gulfport, MS; NOSC Baton Rouge, LA; NOSC Mobile, AL; NOSC San Antonio, TX; NOSC Shreveport, LA; NOSC Tallahassee, FL; NOSC Waco, TX; NOSC West Palm Beach, FL; NSA Panama City, FL; NSCS Athens, GA; SUBASE Kings Bay, GA; Whiting Field, FL and other Naval Installations in the NAVFAC Southeast Area of Responsibility, as well as Guantanamo Bay, Cuba and Andros Islands. This solicitation will be formatted in accordance with the requirements designated by FAR Part15 - Contracting by Negotiation. This method permits evaluation of proposals based on Price Competition, Technical Merit and other factors; permits impartial and comprehensive evaluation of offeror's proposals; permits discussions, if necessary; and ensures selection of the source whose performance provides Best Value to the Government. Source Selection Procedures will be utilized in conducting this competitive negotiation, which consists of the submission of Technical and Price Proposals. The outcomes are Performance-Based. The Contractor's performance will be evaluated according to the following criteria: Factor 1 - Past Performance; Factor 2 - Corporate Experience / Capability of Key Personnel; Factor 3- Management Approach; Factor 4 - Technical Approach / Methods and Factor 5 - Price. The Price Evaluation will be approximately equal to the sum of the four Technical Performan! ce Criteria. From a technical perspective, the criteria for evaluation will center on the offeror's ability to perform contracts of this size and scope. The current and potential risks for this contract are no more than for a typical small contract. This contract will not contain any incentive award provisions, fee, or periods. The Government will not pay for information requested nor will it compensate any respondent for any proposal. This solicitation will be posted to https://www.neco.navy.mil/ under the solicitation number N69450-09-R-0054. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. Each company must indicate if it is a Prime Contractor or Subcontractor. The solicitation will be available for download free-of-charge via the internet at https://www.neco.navy.mil/. This will be the only method of distribution of amendments; therefore IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE, https://www.neco.navy.mil/, PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The official Plan Holder List will be maintained on and can be printed from the website https://www.neco.navy.mil/. All prospective offerors must register as Plan Holders on the internet website for this solicitation. The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to Mark VanLuit at mark.vanluit@navy.mil. The solicitation will be available on or about Friday, 27 February 2009 at https://www.neco.navy.mil/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb62660e51d6aecf64bb29da4157d915&tab=core&_cview=1)
- Record
- SN01741251-W 20090201/090130220049-cb62660e51d6aecf64bb29da4157d915 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |