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

Z -- Facility Investment Services for installed equipment and systems at Naval Hospital Beaufort, Marine Corps Air Station Beaufort, and Marine Corps Recruit Depot, Beaufort, SC

Notice Date
6/19/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment 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
N4008519R6020
 
Response Due
7/11/2019
 
Archive Date
7/26/2019
 
Point of Contact
Holly Snow 757-341-1046 holly.snow@navy.mil
 
Small Business Set-Aside
Competitive 8(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 businesses. The Facilities Acquisition Engineering Division (FEAD), Parris Island is seeking certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability. 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. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment Services for installed equipment and systems at Naval Hospital Beaufort (NHB) Building 1, Marine Corps Air Station (MCAS) Beaufort Building 598, and Marine Corps Recruit Depot (MCRD) Parris Island Buildings 670 and 674, Beaufort, South Carolina. General Work Requirements: The contractor shall be responsible for maintaining all medical gas systems and equipment identified to a standard the prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the medical gas systems and equipment. All 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 811219. 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 $30,000 to $50,000 per year for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide maintenance and repair services to medical gas systems equipment identified to a standard the prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the medical gas systems and equipment. Workmanship for maintenance and repair shall include all work necessary to complete medical gas system restoration, including touchup painting, emergency and routine trouble calls, and operational checks. Upon completion of work, Contractor shall ensure all medical gas systems and equipment are free of missing components or defects which would affect the safety and appearance or would prevent any electrical, mechanical, plumbing, or structural system from functioning in accordance with the design intent. Contractor shall comply with the most recent addition of USACE EM 385-1-1, federal state, local laws, ordinances, criteria rules and regulations as well as applicable portions of NFPA 99, Standard for Health Care Facilities , NFPA 101, Life Safety Code , and the Joint Commission Environment of Care Elements of Performance Standards for medical gas systems, and any other publications listed as part of the specifications. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of equipment, and systems at various locations and buildings throughout the installation and supporting annexes. 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), DUNS number, and CAGE Code. (3) Please indicate you are an actively certified 8(a) Business. 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 digitally e-mailed to the following address: Holly.Snow@navy.mil containing the subject title Contractor Name: N40085-19-R-6020 Med Gas Systems Sources Sought Response Responses must be received no later than 2:00 PM Eastern Standard Time on July 11, 2019. Questions regarding this sources sought notice may be addressed to Holly Snow at holly.snow@navy.mil or via telephone at (757) 341-1046. 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/N4008519R6020/listing.html)
 
Record
SN05345750-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.