SOURCES SOUGHT
V -- MOBILE REPAIR/REPLACE VEHICLE GLASS
- Notice Date
- 12/11/2015
- Notice Type
- Sources Sought
- NAICS
- 811122
— Automotive Glass Replacement Shops
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008516Q6125
- Response Due
- 12/21/2015
- Archive Date
- 1/25/2016
- Point of Contact
- Cynthia Brown
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notification. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only. The intent of this notice is to identify potential service-disabled-veteran-owned businesses, HUBZone businesses, small disadvantaged businesses, service-disabled, veteran-owned small business; 8(a) small business; and women-owned small businesses and their size classification relative to the North American Industry Classification Systems (NAICS) code that are capable of providing all labor, supervision, tools, materials, equipment and transportation necessary to perform mobile glass replacement and repairs for various types of vehicles located at NAVFAC MIDLANT sites. The Contractor shall provide services for the following Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT) areas: Hampton Roads Virginia including: 1) Naval Station, Norfolk, Virginia; 2) Joint Expeditionary Base Little Creek, Norfolk VA. Including Fort Story, Virginia Beach, Virginia; 3) Naval Air Station Oceana, Virginia Beach, VA. Including Dam Neck Naval Training Center, Virginia Beach, Virginia; 4) Naval Weapons Station Yorktown, York County, VA. Including Cheatham Annex, Williamsburg, Virginia; 5) Norfolk Naval Shipyard, Portsmouth, VA. Including Portsmouth Naval Hospital and St. Julians Creek Annex, Portsmouth Virginia. The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 811122 (size standard is $11M). This procurement is for a single award non-recurring work formerly referred to as indefinite delivery, indefinite quantity contract. The contract is for one (1) base year and four (4) one year option periods. IDIQ work may be ordered utilizing DoD EMALL or on a task order specifying the exact locations and types of work to be accomplished. The period of performance will be specified in each task order by the Contracting Officer or by each DoD Emall order. The Contractor shall perform work on a variety of vehicles including passenger cars, vans, heavy equipment, trucks, fire trucks, forklifts, cranes, front-end loaders, police cars, ambulances, hazard material response trucks, box trucks, and tanker trucks. The sizes of the windows are various and shall be determined by the type, make, and model of the vehicle or type of equipment. All work will be done at the Transportation Department location aboard any of the Naval Facilities located in the Tidewater Area. All vehicle glass repair and replacement work shall be completed in accordance with ANZI/AGRSS 002-2002 Automotive Glass Replacement Safety Standards and the Federal Motor Vehicle Safety Standards related to automotive glass. Any and all qualified firms are encouraged to respond. It is requested that interested parties submit a brief capabilities package. The Capability Statement should include the following: 1) Name and address of firm, 2) Relevant experience and past performance, 3) Size, status, program, if applicable, 4) Ownership, 5) Year firm was established, 6) Name of two principles to contact, including title and telephone number, 7) approved NAICS for your firm. Additional information related to this procurement will be available once the specifications are available in electronic format only on www.neco.navy.mil website. The Government reserves the right to request additional information as needed, from any and all respondents. The information must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm ™s qualifications to perform the defined work. Please provide on 8 ½ by 11-inch standard paper and limit number of pages to 3 (including all attachments). Interested parties shall submit responses via email in to Cynthia Brown (cynthia.brown@navy.mil), Contract Specialist 757-341-0085. Your information must be submitted to NAVFAC MIDLANT no later than 10 calendar days from posting of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516Q6125/listing.html)
- Place of Performance
- Address: MIDLANT HAMPTON ROADS AREA,, Virginia
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03967335-W 20151213/151211233900-d32f18ac0217eddbec4fa29e42bf4daa (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 |