SOLICITATION NOTICE
J -- Vehicle and Equipment Maintenance, Repair and Alterations for NAVFAC Mid-Atlantic Hampton Roads
- Notice Date
- 3/13/2020 1:09:50 PM
- Notice Type
- Presolicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0012
- Response Due
- 3/31/2020 11:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Whitney Weireter, Phone: 7573411645
- E-Mail Address
-
whitney.weireter@navy.mil
(whitney.weireter@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services to provide Vehicle and Equipment Maintenance, Repair and Alterations for NAVFAC Mid-Atlantic�s Hampton Roads Area of Responsibility (AOR). NAVFAC MID-ATLANTIC�S HAMPTON ROADS AOR: Naval Station Norfolk, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Naval Weapons Station Yorktown, Yorktown, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia; and various locations in the Hampton Roads Area of Virginia. GENERAL WORK REQUIREMENTS: The services include: disassemble, reassemble, inspection, cleaning, adjustments, replacement of parts, body damage repairs, straightening-welding, alignment, tire and rim replacement, windshield replacement, wood replacement, upholstery, refinishing, spray painting, corrosion control, test as applicable to correct defective item(s), electrical and battery systems, air conditioning systems, hydraulic systems, electronic ignition / computer systems, fuel injection systems, engine (gasoline and diesel), body, chassis and drive systems of Government automotive vehicles of the following sample types.� Vehicles and equipment including, but not limited to: sedans, buses, dump trucks, stake body trucks, station wagons, carry-alls, pick-up trucks, vans, forklifts, road tractors, fire trucks, ambulances, and various construction equipment shall be included in this contract.� The vehicles range in size from 1/4 ton to 40 tons, from 1967 model year until the current model year.� Some vehicles and equipment are for corrosion control and painting only.� No mechanical work will normally be done on these vehicles and the Government will provide transportation for these vehicles at no cost to the Contractor.� This information is provided to represent the type of vehicles normally used.� The Government reserves the right to change the types and quantities of vehicles that shall be serviced throughout the contract term at no additional cost to the Government. Typical manufacturers include but are not limited to, Chevrolet, Dodge, Ford, International, GMC, Chrysler, Plymouth, Nissan, Jeep, Harlan, Allis, Northwest, Mitsubishi, Caterpillar, Yale, Clark, Hyster, Wiggins, AC, LiftKing, PWR Lift, Drexel, Mercury, Pettibone, etc. Original design or functional capabilities of the vehicle and parts may be modified upon Government request and approval. The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the three lowest priced proposals. The Navy will make award to the lowest priced technically acceptable proposal from among the three lowest priced proposals. However, if no proposals are found to be technically acceptable within the first group of proposals, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects� that are similar in size, scope and complexity to the solicitation.� Size: A maintenance service contract with a yearly value of at least $560,000.00 or greater for non-recurring services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will be considered. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to provide Vehicle / Equipment Mechanical Repairs, Vehicle / Equipment Modifications, Vehicle / Equipment Body Repair Work, and Vehicle / Equipment Painting for the Hampton Roads Virginia NAVFAC Mid-Atlantic area of operation as defined in the Request For Proposals (RFP). Complexity: Demonstrate the ability to respond simultaneously to multiple service calls (routine, urgent, and emergency) and maintenance requirements for repair, alteration, and minor services at various locations throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� The contract will be for a base period with 4 one-year option periods, which, cumulatively, will not exceed sixty months.� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) code is 81121, the size standard is $8M.� The proposed procurement listed herein is a Small Business concern.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta SAM website around 31 March 2020.� The estimated proposal due date shall be at leaast 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Whitney Weireter (whitney.weireter@navy.mil) 10 days prior to the RFP due date.� The site address is https://beta.sam.gov.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/70ab53dbdd75443a9c3c202f4a2d4d7d/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN05588389-F 20200315/200313230139 (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 |