Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2016 FBO #5439
SOURCES SOUGHT

S -- 299 Regional Subsurface Utility Markings

Notice Date
10/12/2016
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R1108
 
Point of Contact
Andres Medina at 757-341-1663
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS 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 prior to issuance of the Request for Proposal (RFP). The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable to provide locating and marking services for all Locatable Underground Facilities in accordance with this contract ™s requirements and the œRULES FOR ENFORCEMENT OF UNDERGROUND UTILITY DAMAGE PREVENTION ACT  20 VAC 5-309-10 through 180 (SECTION J 6), with safety as a priority and quality work as the final product. The work is located at the Norfolk Naval Station, Norfolk Virginia, Naval Weapons Station, Yorktown, Virginia; Cheatham Annex, Williamsburg, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Dam Neck Annex, Virginia Beach, Virginia; and the Norfolk Naval Shipyard, Portsmouth, Virginia as well as sites located within a fifty (50) mile radius of the listed sites. Naval Facilities Engineering Command, Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Businesses, certified Woman-Owned Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses certified HUBZone Small Business, certified Small Disadvantaged Businesses, certified Woman-Owned Businesses and Small 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 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. The Successful Contractor shall furnish all labor, management, supervision, tools, material, and equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract with Recurring and Non-Recurring work is anticipated. The Non-Recurring work may be ordered utilizing DOD EMALL or on a Task Order, on a need basis. The order will specify the exact locations and type of work to be accomplished. The proposed requirement will be for a base period with four, one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated contract award date for these services is 28 February 2017. The North American Industry Classification Standard (NAICS) code for this procurement is 561990 with a small business size standard of $11 million. SUBMITTAL REQUIREMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer ™s Name, Telephone Number and Email; (4) Contracting Officer ™s Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. RESPONSES ARE DUE NLT 2:00 PM EST ON WEDNESDAY, 19 OCTOBER 2016. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT TO: a. If mailed via U.S. Postal Service:: Commander, Naval facilities Engineering Command, Mid-Atlantic, Acquisition Core ATTN: Andres Medina 9324 Virginia Ave, Bldg. Z-140, Rm 114 Norfolk, Virginia 23511-3689 b. If hand carried or sent via FedEx or UPS: Commander, Naval facilities Engineering Command, Mid-Atlantic, Acquisition Core ATTN: Andres Medina 9324 Virginia Ave, Bldg. Z-140, Rm 114 Norfolk, Virginia 23511-3689 ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Andres Medina via email at andres.medina@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1108/listing.html)
 
Record
SN04302112-W 20161014/161012234519-a5d770368c340c9972b5271b73381288 (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.