Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2017 FBO #5550
SOLICITATION NOTICE

J -- Regional Preventive Maintenance, Inspection, Certification, and Repairs of Cranes and Vertical Transportation Equipment (Auto Lifts)

Notice Date
1/31/2017
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Cherry Point PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
N4008517R0002
 
Point of Contact
Angie B. Petre 252-466-3669 Angie B. Petre 252-466-3669
 
Small Business Set-Aside
Total Small Business
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this Pre-Solicitation Synopsis is to notify potential offerors of the upcoming Request for Proposals (RFP) for Regional Preventive Maintenance, Inspection, Certification, and Repair of Cranes and VTE (Auto Lifts) at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River and Marine Corps Air Station Cherry Point, North Carolina and facilities in the surrounding area. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, and transportation necessary to provide regional preventive maintenance, inspection, testing, certification and repairs of cranes and vertical transportation equipment (Auto Lifts). Normal working hours are Monday through Friday excluding federal holidays between the hours of 7:00 am to 3:30 pm. The contractor must comply with Environmental Laws and Regulations. All work shall comply with the most current laws, acts, ordinances, rules and regulations of all Federal, State, Regional and Local authorities applicable to the perform services safely to maintain cranes and auto lifts in a fully operational condition, as well as, perform routine and emergency service orders to mitigate damage. All work shall be accomplished with adequate controls and review procedures to eliminate conflicts, errors, and omissions. The solicitation Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be issued in accordance with the most recent Federal Acquisition Circular 2005-95 and DFARS Publication Notice (DPN) 20161222. The procurement method to be utilized is FAR Part 15 “ Source Selection, Lowest Price Technically Acceptable. The solicitation will utilize source selection procedures which require offerors to submit information such as: price (proposal cost), corporate experience (narrative of work experience doing the required work), technical capability (narrative of understanding of and approach to accomplishing the work with supporting documentation for qualified personnel), past performance (written statements verified by client/customer as to how well the contractor performed the work) in their proposal for evaluation by the Government, and insurance safety ratings. The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with both recurring and non-recurring services. The period of performance will include a base period of one-year plus four (4) one-year option periods. The total term of the contract, including all options, will not exceed sixty (60) months. The Government will not synopsize the options when exercised. If work is determined by the Contracting Officer to be beyond the scope of the recurring/FFP portion of this contract, it will be issued under the IDIQ schedule. Labor, material and equipment required for this work will be based on the Schedule of IDIQ Work Exhibit Line Items Number (ELIN). The North American Industry Classification System (NAICS) Code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, annual size standard is $7.5 million. The contractor must be registered with NAICS code 811310 in SAM under FAR Clause 52.219-1 Small Business Program Representations (Reps and Certs), this will be verified. Market research was conducted, it has been determined that competition will be limited to 100% small business set-aside with the assigned NAICS code. The contract will replace a FFP/IDIQ contract for the services awarded in 2014 for $1,749,036.44 for the base and two option periods. The present contract is N40085-14-D-7702 expiring 14 May 2017. The incumbent contractor is Craneworks, Inc at 15598 Richmond Highway; Pamplin, VA 23958. Offerors can view and/or download the solicitation, and any attachments, at www.fedbizopps.gov/ and/or https://www.neco.navy.mil/ when it becomes available. Contractors are encouraged to register for the solicitation when downloading from the FedBizOpps website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued (acknowledgement of amendments required “ a signed copy of all amendments must accompany contractor ™s proposal). The solicitation will be available on or about 20 February 2017. The solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Please direct questions to Angie B. Petre at angie.b.petre@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008517R0002/listing.html)
 
Place of Performance
Address: Facilities Engineering and Acquisition Division (FEAD)Public Works Department, PSC Box 8006, Bldg 163 Curtis Road, Marine Corps Air Station, Cherry Point, NC, Cherry Point, nc
Zip Code: 28533
 
Record
SN04386006-W 20170202/170131234442-98c58801fd49408accc85b1989e48112 (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.