Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2009 FBO #2636
SOURCES SOUGHT

Z -- Facilities Maintenance & Repair and Heavy Equipment Repair for Marine Corps Base Camp Lejeune, NC

Notice Date
2/11/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008508R8463
 
Response Due
2/17/2009
 
Archive Date
3/4/2009
 
Point of Contact
see description below
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The requirement is to provide facilities repair and maintenance and heavy equipment repair services in support of Marine Corps Base Camp Lejeune, Camp Geiger, and Camp Johnson, Marine Corps Air Station New River, and other outlying properties. This will be a combination Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract with award options. The Government will issue work orders to the Service Provider to perform service work, preventative maintenance work, and recurring work. The proposed requirement would be for a base period with four, one-year option periods and five one-year award option periods, which, cumulatively, will not exceed one hundred twenty (120) months. The total ten-year value of the contract (base plus four one-year options and five, 12-month award options) is estimated at approximately $200,000,000.00. The proposed contract will procure all labor, supervision, management, tools, materials, equipment, facilities, transportati! on, incidental engineering, and other items necessary to provide facilities repair and maintenance and heavy equipment repair services. The Service Provider would be required to provide services that include emergency, urgent, and routine service work, preventative maintenance work, recurring work, and indefinite quantity work. Types of work include, but are not limited to, carpentry, electrical, glazing, Heating Ventilation Air Conditioning and Refrigeration (HVAC&R), locksmithing, machining, masonry, painting, pipefitting, plumbing, sheet metal, tile setting, and welding. The Heavy Equipment work includes, but is not limited to: operation, maintenance, repair and load testing of various items of Heavy Equipment. All service work, preventative maintenance, and recurring work shall be firm-fixed price and subject to the Service Contract Act (41 U.S.C. 351). All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses and other Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Any and all qualified firms are encouraged to respond. The North American Industry Classification System (NAICS) Code for this solicitation is 561210 with a size standard of $32,500,000. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum, the following: (1)Examples of contracts held within the last five years of similar size, scope, and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2)Company profile, to include number of employees, annual receipts, office location(s), DUNS number and CAGE Code. (3) Please indicate if you are 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and/or Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be emailed to the following address: meghan.hislop@navy.mil. Responses must be received no later than 2:00 pm Eastern Standard Time on 17 February 2009. Questions regarding this Sources Sought Notice may be addressed to Meghan Hislop via the above address. Telephonic submissions and questions will not be entertained.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86495163869fa49724c63565599d5811&tab=core&_cview=1)
 
Record
SN01748756-W 20090213/090211220425-86495163869fa49724c63565599d5811 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.