SOURCES SOUGHT
S -- Facilities Support Services, NSA, Crane, IN
- Notice Date
- 1/6/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N4008310R2314
- Response Due
- 2/4/2010
- Archive Date
- 2/11/2010
- Point of Contact
- Debbie Dills, Contract Specialist, 812-854-3234 debbie.dills@navy.mil or Carrie Grimard, Supvy Contract Specialist, 812-854-6641, carrie.grimard@navy.mil
- Small Business Set-Aside
- N/A
- Description
- DescriptionTHIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N40083-10-R-2314; The Naval Facilities Engineering Command, Mid-West, PWD Crane, is currently seeking potential sources for a combination firm fixed price (FFP) and indefinite-delivery, indefinite-quantity (IDIQ) type contract with a base period of twelve months and four (4) one-year option periods. The NAICS Code for this solicitation is 561210, Facilities Support Services. The Small Business Size Standard is $35,500,000.00. The total amount of the contract (base plus options) shall not exceed $30,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of labor. The intent is to issue a solicitation on a set aside basis to Service Disabled Veteran Owned Small Business, HUB Zone concerns, contractors in SBA's 8(a) program or small business concerns. The type of set-aside to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The intention of the future solicitation is to obtain Base Operating Support Services outlined below and described in the Performance Work Statement (PWS) primarily for the Naval Support Activity, Crane Army Ammunition Activity and Naval Surface Warfare Center, Crane, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all of the following types of services: Grounds Maintenance, Custodial, Pest Control, Refuse Collection, Vertical Transportation Equipment (VTE) Maintenance and Weight Handling Equipment (WHE) Maintenance. The following is a brief description of required services: GROUNDS MAINTENANCE - Services include: providing maintenance to approx. 200 acres of lawn areas & 30 cemeteries; mowing of 400+ miles of road right of way & associated areas, 1700+ magazines, 60 miles of boundary fence right of ways, miscellaneous utility line right of ways & 140 miles of railroad right of way; weed control for parking lots, around buildings, substations, riprap areas & approx 160 miles of railroad ballast; removal of fallen trees from road right of ways & maintained areas; snow & ice removal on sidewalks & building entrances; landscape maintenance; and as required miscellaneous services including tree removal, shrub installation, reestablishment of right of ways.CUSTODIAL SERVICES - Services for approx. 1.3 million SF of occupied spaces including scheduled cleaning of offices areas, labs, restrooms & lunchrooms; floor maintenance; window cleaning; trash & recycle material removal; miscellaneous services as required.MAINTENANCE CLEANING SERVICES OF KITCHEN EXHAUST HOOD SYSTEMS - Shall perform & be responsible for Quality Control, cleaning and/or degreasing of kitchen exhaust hood systems & related components for five (5) different buildings. Cleaning shall be performed to comply with EM 385-1-1 & OSHA Standards & using trained technicians to provide positive cleaning to achieve the removal of deposited cooking by-products, dirt, dust & other contaminates from the interior/exterior of the exhaust system. PEST CONTROL SERVICES - Scheduled services to approximately 354,000 SF of occupied spaces at 25 different locations; miscellaneous services as requested to approximately 1.3 million SF of occupied space and other locations through out the installation; provide community infestation control to any unoccupied spaces when requested. REFUSE COLLECTION - Provide collection and disposal services for office type waste & debris at approximately 235 locations on center that require service. VTE MAINTENANCE & REPAIR - Provide maintenance & repair for VTE equipment at NSA Crane. Services provided include: Scheduled maintenance of 24 units of VTE equipment. Maintenance will be performed in accordance with the applicable code requirements; Provide requested repairs to VTE equipment. WHE MAINTENANCE & REPAIR - Services to be provided include: Scheduled maintenance to five units of CAT 2 WHE equipment; Provide requested repairs to WHE equipment. Best Value Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, contractors in the SBA's 8(a) program or small business concerns should indicate their interest to the contracting Officer in writing. As a minimum the following information is required in duplicate: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) or HUBZone concern, (b) Describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract and (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measure! d by percentage of award fee given or favorable past performance ratings, and or awards received, etc.) All of the above must be submitted in duplicate, and in sufficient detail for a decision to be made on availability of interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, contractors in the SBA's 8(a) program or small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, contractors in the SBA's 8(a) program or small business concerns. If adequate interest is not received from one of the above categories then the solicitation will be issued for full and open competition. This sources sought notice is issued to determine if adequate competition exists in any or all of the small business programs described above. This notice does not guarantee that a solicitation will be issued. However, if the Government determines that this type solicitation is feasible, the anticipated release date is on or about 31 October 2010. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database 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. All contractual and technical inquires shall be submitted via electronic mail to debbie.dills@navy.mil. The due date for responses to this Sources Sought Notice is 04 February 2010. Responses may be submitted under Solicitation Number N40083-10-R-2314 via facsimile to 812-854-3800, e-mail to: debbie.dills@navy.mil or hand-deliver to NAVFAC Midwest PWD Crane, Attention: Debbie Dills, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror's Statement of Qualifications shall be received no later than 4:00 p.m. local time on 04 February 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008310R2314/listing.html)
- Place of Performance
- Address: Naval Support Activity300 Hwy 361, Crane, IN
- Zip Code: 47522
- Record
- SN02036105-W 20100108/100107000018-d642782c5f55173528c21c6147a0857f (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 |