SOURCES SOUGHT
Z -- Mchanical/Heating, ventilation, and air conditioning/Pax, Dahlgren, Indian Head, MD
- Notice Date
- 6/14/2020 7:46:03 PM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-21-R-0002
- Response Due
- 6/29/2020 11:00:00 AM
- Archive Date
- 06/29/2020
- Point of Contact
- Ravene B Diggs, Phone: 2026853162, Fax: 2026851788, Tonja D. Jenkins, Phone: 2026858168
- E-Mail Address
-
ravene.diggs@navy.mil, tonja.jenkins@navy.mil
(ravene.diggs@navy.mil, tonja.jenkins@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT ANNOUNCEMENT N40080-21-R-0002 Mechanical/Heating, ventilation, and air conditioning (HVAC) Job Order Contract (JOC) The Naval Facilities Engineering Command (NAVFAC), Naval Research & Development Establishment Support Office (NRDE) is seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Mechanical/HVAC support at various NAVFAC Washington Locations in Washington DC Metropolitan Area. � INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to conduct a market survey and identify potential qualified Small Businesses, U.S. Small Business Administration certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses and Economically Disadvantaged Women Owned Small Businesses that can perform this requirement.� The NAVFAC NRDE has a NEW requirement to create an IDIQ Mechanical/HVAC contract that will service Patuxent River, Indian Head, and Dahlgren and is valued at $125,000,000.� Pre-Priced Task Orders will be valued at ranges of $2,000-$1,000,000.� The regional mechanical/HVAC IDIQ contract will provide construction, repairs, and renovations in the areas of general purpose plumbing, sound and vibration control, ventilation and exhaust systems, basic mechanical materials and methods, plumbing and piping for HVAC, testing/adjusting/balancing, insulation , instrumentation and control, boilers, chillers, and cooling towers, and unitary HVAC equipment.� The Government anticipates issuing a firm-fixed price contract.� The period of performance will include a one year base, with 4 one-year option periods.� Contract award is anticipated by December 2020.� The North American Industry Classification System Code for this requirement is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with the corresponding size standard of $16.5M. Place of Performance:� Patuxent River, Indian Head, and Dahlgren DISCLAIMER: THIS IS NOT A REQUEST FOR PROPOSAL.� Responses to this announcement are not considered offers and shall not be accepted by the Government to form a binding contract.� Responses will not be used for evaluation in any resultant solicitation for this requirement.� The Government shall not be held responsible for any costs incurred in response to this sources sought announcement.� Participation is strictly voluntary.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents. SUBMISSION DETAILS: � Respondents should submit a brief capabilities statement package of no more than six (6) pages that clearly demonstrates the firm�s ability to perform projects of similar size (dollar value), scope (mechanical/HVAC) and complexity (industrial/residential/professional facilities).� At a minimum, the package shall include the following:� Title of the requirement, company name, address, and an authorized point of contact with all contact information. Company profile to include numbers of employees, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SB, 8a, HubZone, SDVOSB, etc.� � Project descriptions (at least 3) that demonstrate experience (private and/or government) performing efforts of similar size, scope and complexity.� Statements should describe the dollar value, indicate whether your firm performed as the prime or subcontractor, describe the percentage of work that was performed as the prime contractor, include the contract/task order number and a customer point of contact (name, phone number and/or email). Your firm�s ability to self-perform the work, and at what percentage the firm will perform as the prime contractor annually.� � Provide your maximum bonding capacity per individual project, your maximum total bonding capability and your current bonding capacity.� � Based upon this survey results, a decision will be made whether to set aside this requirement or to issue as full and open competition (unrestricted).� Capability Packages shall be sent by Electronic mail to Ravene Diggs ravene.diggs@navy.mil and Dustie Thompson dustie.thompson@navy.mil no later than 29 June 2020, 2:00 PM (ET). LATE SUBMISSIONS WILL NOT BE ACCEPTED. � Questions or comments regarding this notice shall be addressed to Ravene Diggs at ravene.diggs@navy.mil and Dustie Thompson at dustie.thompson@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f290912478ab4f778269d1d6bbfb2749/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN05689774-F 20200616/200614230153 (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 |