Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2019 FBO #6463
SOURCES SOUGHT

J -- Regional Maintenance of Emergency Generators and HVAC Equipment at Naval Station, Norfolk, VA; Naval Air Station Oceana, Virginia Beach, VA; Naval Weapons Station, Yorktown, VA; and Various Locations

Notice Date
8/2/2019
 
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
N4008519R9243
 
Response Due
8/16/2019
 
Archive Date
8/16/2019
 
Point of Contact
7575-341-1673
 
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 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. Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel and capability are encourage 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 Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work performance-based contract is anticipated. The total contract term, including the exercise of any options, shall not exceed sixty (60) months. Source selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform Facility Investment Services for Regional Maintenance of Emergency Generators and HVAC (heating, ventilation, and air-conditioning) equipment at Naval Station, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Naval Weapons Station, Yorktown, Virginia; and various locations in the Hampton Roads Area of Virginia. General Work Requirements: The intent of 1502000 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: Auxiliary Generators, Generator Fuel System, Transfer Switch, Integrated maintenance Program (IMP), HVAC and Refrigeration Systems, HVAC Water Testing and Treatment Services, Temperature Controls Systems, Auxiliary Generators and Power Distribution Equipment, compressed Air Systems, Direct Digital Controls, Electrical, Uninterruptible Power Systems (UPS) and Tanks. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses are encouraged to respond. The appropriate NAICS code is 811310, size standard $7.5 million. It is requested that interested parties submit a brief capabilities package, not to exceed five (5) pages. This capabilities package shall address, at a minimum, the following: (1) Examples of projects worked within the last five (5) 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 $450,000 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 provide maintenance and repair services of Auxiliary Generators, Generator Fuel System, Transfer Switch, Integrated maintenance Program (IMP), HVAC and Refrigeration Systems, HVAC Water Testing and Treatment Services, Temperature Controls Systems, Auxiliary Generators and Power Distribution Equipment, compressed Air Systems, Direct Digital Controls, Electrical, Uninterruptible Power Systems (UPS) and Tanks. Routine Service Orders, Emergency Service Orders, and Preventive Maintenance and other services that may be typical of a generator and other equipment maintenance contract. Complexity: Demonstrate the ability to respond simultaneously to service calls (routine, urgent, and emergency) and maintenance requirements for repair, alteration, and minor construction 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 if you are a Small Business, Small Disadvantaged Business, Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or 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 proposed 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: Jurmin Francis-Ross 9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216 Norfolk, VA 23511 Electronic submission will be accepted, please email to jurmin.francis-Ross@navy.mil. Responses must be received no later than 2:00 PM Eastern Time on 16 August 2019. Questions regarding this Sources Sought Notice may be addressed to Jurmin Francis-Ross at the above email or via telephone at (757) 341-1673. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/notices/1be7f4e08fb5af05a0617aa2ec92c12c)
 
Record
SN05390863-F 20190804/190802230021 (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.