Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2014 FBO #4696
SOURCES SOUGHT

J -- Fire Suppression Services at Portsmouth Naval Shipyard, Kittery, Maine

Notice Date
10/1/2014
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008515R8701
 
Response Due
10/31/2014
 
Archive Date
11/15/2014
 
Point of Contact
LeeArjetta W. Hamilton
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. NAVFAC MIDLANT, North East Integrated Product Team (NE IPT) anticipates awarding a combination Firm-Fixed Price/Indefinite Delivery Indefinite Quantity type contract. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment required to perform Fire Suppression Services for facilities at Portsmouth Naval Shipyard, Kittery, Maine. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following building system: Fire Protection. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business or certified 8(a) Business is an acceptable strategy for this procurement. The appropriate NAICS Code is 238290. It is requested that interested parties submit a brief capabilities package not to exceed 10 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects (including contract number) worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the Area of Responsibility (AOR). 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 with current telephone number. (2) Company Profile to include certifications, licenses, available bonding capacity, number of employees, office location(s), annual receipts, DUNS number, CAGE code, a statement regarding small business designation and status, and indication of firm ™s registration in the System for Award Management (SAM) database (www.sam.gov). Also include the geographic area in which you can operate in an efficient and economical manner. The Government reserved the right to request additional information, as needed, from any and all respondents. The capabilities package must be complete and sufficiently detailed so the NAVFAC Mid-Atlantic Team can determine the firm ™s capability to perform the defined work. 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 expertise and experience in relation to a potential contract. 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. THE GOVERNMENT IS NOT RESPONSIBLE FOR THE COST ASSOCIATED WITH ANY EFFORT EXPENDED IN RESPONDING TO THIS NOTICE. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, NE IPT, Attn: LeeArjetta W. Hamilton (CONTRACTS) 9742 Maryland Avenue Bldg. Z144, Room 214 Norfolk, VA 23511 Responses must be received no later than 2:00 pm Eastern Standard Time on October 31, 2014. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to LeeArjetta W. Hamilton at the above address, emailed to leearjetta.hamilton@navy.mil, or via telephone at (757) 341-1971.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R8701/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Command, Mid-Atlantic
Zip Code: PWD MAINE “ FEAD PORTSMOUTH
 
Record
SN03539307-W 20141003/141001234551-c6caca851f659f31064c84905042cbf4 (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.