Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2019 FBO #6419
SOURCES SOUGHT

S -- CLASS III EQUIPMENT

Notice Date
6/19/2019
 
Notice Type
Synopsis
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9204
 
Response Due
7/1/2019
 
Archive Date
7/15/2019
 
Point of Contact
Brandi Upton, (757) 341-0075, brandi.upton@navy.mil
 
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 are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated. 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, material, and equipment required to perform Facility Investment services for Center for Surface Combat Systems, Naval Air Station Oceana annex Dam Neck (CSCS-DN) Virginia: CLASS III TRAINING SUPPORT EQUIPMENT and systems at Buildings 102, 127-G, 127-T, 523, 543, 572 and 586 at Oceana Naval Air Station annex Dam Neck; buildings N-25, O-25 N-30, at Norfolk Naval Station, and Building 3870 at Joint Expeditionary Base, Little Creek. General Work Requirements: The intent of Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition, and minor construction for the following: Building Systems: HVAC, service air, chilled water de-ionized water, electrical 4000 Hz converters/generators and regulators. 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. All qualified firms are encouraged to respond. The appropriate NAICS Code is 811310. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the 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. Size: A maintenance service contract with a yearly value of at least $170K or greater for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to support the operation, installation, modification, repair, maintain, and re-engineering of the technical support equipment identified in the equipment database. The work shall include Technical Equipment support equipment involved with heating, ventilating, air conditioning, chilled water, compressed air, 400 Hz converters, and control systems. Demonstrate the ability to perform minor repairs to support equipment, treatment of chilled water systems, start-up and shut-down of equipment, and periodic operational checks, as well as major repairs, modifications, installations, and re-engineering or analysis. Complexity: Demonstrate the ability to respond simultaneously to trouble calls (routine, urgent, and emergency) in a timely manner. Demonstrate the ability to manage recurring services such as minor repairs to support equipment, treatment of chilled water systems, start-up and shut-down of equipment, and periodic operational checks, as well as major repairs, modifications, installations, and re-engineering or analysis. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. 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, or developed, expertise and experience in relation to this 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. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Acquisition Attn: Brandi Upton (CONTRACTS) 9324 Virginia Avenue Bldg. Z140, Room 216 Norfolk, VA 23511 Responses must be received no later than 5:00 PM Eastern Standard Time on July 01, 2019. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Brandi Upton at the above address, email at brandi.upton@navy.mil, or via telephone at (757) 341-0075. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9204/listing.html)
 
Place of Performance
Address: Hampton Roads Area, Norfolk, VA
Zip Code: 23511
Country: US
 
Record
SN05345749-F 20190621/190619230024 (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.