SOURCES SOUGHT
J -- Facility Investment Services for Preventive Maintenance Repair and Alteration
- Notice Date
- 2/6/2020 8:12:24 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-R-0057
- Response Due
- 2/21/2020 2:00:00 PM
- Archive Date
- 03/07/2020
- Point of Contact
- Darlene Tucker, Phone: 7573410093, Fax: 7573410079, LeeArjetta W. Hamilton, Phone: 7573411971, Fax: 7573410079
- E-Mail Address
-
darlene.tucker@navy.mil, leearjetta.hamilton@navy.mil
(darlene.tucker@navy.mil, leearjetta.hamilton@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Acquisition 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 to perform a proposed contract. 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 Facilities Support, Indefinite Delivery/Indefinite Quantity contract with recurring and non-recurring services 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 provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, material, testing equipment, permits, licenses, transportation, incidental engineering, computer hardware, fiber optic /communication infrastructure, computer software, periodic software updates, training and other items necessary to perform Facility Investment Services at the Naval Complex in Newport, RI. General Work Requirements: The intent of 1502000 Facility Investment is to specify the requirements for facility planning and asset management services including, but not limited to, work control, service call reception, Condition Based Maintenance Management (CBMM) / Infrastructure Condition Assessment Program (ICAP) support, Special and MILCON project documentation preparation, Regional Shore Installation Plan (RSIP) support, Basic Facility Requirements (BFR) determination, space management planning, real property records maintenance, real estate management support, and technical library operation. Preventive maintenance (PM) inspection of systems and equipment and other Sustainment, Restoration and Modernization (SRM) work are covered under 1502000 Facility Investment. The Contractor shall perform preventive maintenance, repair, alteration, demolition and minor construction for the following: �HVAC Equipment and Systems, Central Chilled Water Plant, Direct Digital Controls (DDC) Systems, Energy Management Systems (EMS) and Fiber optic local area network (LAN) components. 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 238220, size standard $16.5 million. 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 $1M or greater for recurring services.� Non-Recurring values for infrequent work will not be considered similar in size. Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, material, testing equipment, permits, licenses, transportation, incidental engineering, computer hardware, fiber optic /communication infrastructure, computer software, periodic software updates, training and other items necessary to perform Facility Investment services for Preventive Maintenance, Repair and Alteration of the following types of equipment and systems: Heating, Ventilation and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant, Direct Digital Controls (DDC) Systems, Energy Management Systems (EMS), and fiber optic Local Area Network (LAN) components and other services that may be typical of a Facility Investment contract as defined by the RFP. 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), 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 can be mailed to the following address: Commander NAVFAC Mid-Atlantic, Acquisitions Attn: Darlene Tucker (CONTRACTS) 9324 Virginia Avenue Bldg. Z140, Room 216 Norfolk, VA 23511 Electronic submission will also be accepted, please email to darlene.tucker@navy.mil. Responses must be received no later than 5:00 PM Eastern Standard Time on February 21, 2020. Questions regarding this sources sought notice may be addressed to Darlene Tucker at the above address, by email at darlene.tucker@navy.mil, or via telephone at (757) 341-0093.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/315156baf14040a7ad8f7a2ff40b489b/view)
- Place of Performance
- Address: RI, USA
- Country: USA
- Country: USA
- Record
- SN05554008-F 20200208/200206230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |