SOURCES SOUGHT
Z -- Facility Support Services Contract for Marine Corps Air Station, Cherry Point, NC
- Notice Date
- 6/16/2020 1:31:09 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0131
- Response Due
- 7/1/2020 11:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Malita Smith, Phone: 757-341-1972, Pamela Waller, Phone: 7573411581
- E-Mail Address
-
malita.smith@navy.mil, pamela.waller@navy.mil
(malita.smith@navy.mil, pamela.waller@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� 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 Naval Facilities Engineering Command, Mid-Atlantic, is seeking to identify eligible small business firms capable of providing all labor, management, supervision, tools, material, and equipment required to perform Facility Investment Services for facilities, ground structures, and installed equipment and systems at Marine Corp Air Station (MCAS)Cherry Point North Carolina and outlying fields Bogue, Atlantic, Bt 11 and Bt 9.� Bt 11 and Bt 9 are islands located in the Pamlico Sound, which is accessible only by boat.��� Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Businesses, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.� The Government will not pay for any information solicited.� Respondents will not be notified of the results of the evaluation.� 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. The successful Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for facilities, ground structures, and installed equipment and systems at Marine Corp Air Station (MCAS) Cherry Point North Carolina and outlying fields Bogue, Atlantic, Bt 11 and Bt 9.� Bt 11 and Bt 9 are islands located in the Pamlico Sound, which is accessible only by boat.��� A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract with recurring and non-recurring services is anticipated.� The IDIQ work may be ordered utilizing FEDMALL or on a Task Order basis.� The order will specify the exact locations and types of work to be accomplished.� 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 is most advantageous to the Government. � General Work Requirements: The contractor shall provide facilities support services that include, but not limited to: Service Order response HVAC Water Testing and Treatment Services Boilers and Unfired Pressure Vessels (UPVs) Boiler Plant Controls Boiler Water Testing and Treatment Services Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems Gaylord/Ansul Hoods and Ducts Systems Vertical Transportation Equipment (VTE) Medical Gas Delivery System AV8B Engine Test Cell Annual Cleaning of Hangar Floors Actuator Valves Paint Stripping Booth Equipment Reverse Osmosis Ultra-Violet System Compressed Air Systems Atlas Copco United Blowers Positive Displacement Maintenance Scale Calibration Turnstile and Gate Maintenance Flow Meter Calibration Tool Calibration, (including High Voltage tools) Inspection of Elevated Potable Water Tanks Cathodic Protection Systems Certification and Calibration of Parshall Flumes Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors Calibration, and Certification Gas Monitoring System IWTP B-4380 VTE Certification Support Grease Traps Sewage Plant Sludge Removal and Land Application Alkaline Stabilizing and Stabilized Liquid Sludge Port-A-John Service Sealed Vault Toilet/Septic Tanks Pond Maintenance Aquatic Weed Fisheries Management The appropriate NAICS Code is 561210.� 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 $1.9M or greater 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 a wide variety of systems and equipment, including but not limited to Service Order response, HVAC Water Testing and Treatment Services, Boilers and Unfired Pressure Vessels (UPVs), Boiler Plant Controls, Boiler Water Testing and Treatment Services, Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems, Gaylord/Ansul Hoods and Ducts, Vertical Transportation Equipment (VTE), Medical Gas Delivery System, AV8B Engine Test Cell, Annual Cleaning of Hangar Floors, Actuator Valves, Paint Stripping Booth Equipment, Reverse Osmosis, Ultra-Violet System, Compressed Air Systems Atlas Copco, United Blowers Positive Displacement Maintenance, Turnstile and Gate Maintenance, Scale Calibration, Flow Meter Calibration, Tool Calibration, (including High Voltage tools), Inspect Elevated Potable Water Tanks, Cathodic Protection Systems, Certification and Calibration of Parshall Flumes, Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors, Calibration, and Certification Gas Monitoring System IWTP B-4380, VTE Certification Support, Grease Traps, Sewage Plant Sludge Removal and Land Application, Alkaline Stabilizing and Stabilized Liquid Sludge, Port-A-John Service, Sealed Vault Toilet/Septic Tanks, and Pond Maintenance Aquatic Weed Fisheries Management will be performed at these various areas as defined by the RFP. 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 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 shall be submitted electronically, please email to malita.smith@navy.mil.�� Responses must be received no later than 2:00 PM Eastern Standard Time on 01 July 2020.� LATE RESPONSES WILL NOT BE ACCEPTED.� Questions regarding this sources sought notice may be addressed to Malita Smith at the above email or via telephone at (757) 341-1972.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c566518d49fe4876a5d2837a7e074c8a/view)
- Place of Performance
- Address: Camp Lejeune, NC 28547, USA
- Zip Code: 28547
- Country: USA
- Zip Code: 28547
- Record
- SN05693273-F 20200618/200616230211 (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 |