SOURCES SOUGHT
Z -- Mechanical & Electrical System Services
- Notice Date
- 7/17/2020 7:48:33 AM
- Notice Type
- Sources Sought
- NAICS
- 23822
—
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R1206
- Response Due
- 8/7/2020 1:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Debra S. Dills, Phone: 8128543234, Fax: 8128543800, ANNETTE TAYLOR, Phone: 8128542673, Fax: 812 854 3800
- E-Mail Address
-
debbie.dills@navy.mil, annette.taylor1@navy.mil
(debbie.dills@navy.mil, annette.taylor1@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE.�� The intent of this notice is to identify potential offerors to determine the applicable set-aside.� The Solicitation Number for this announcement is N4008520R1206 Mechanical and Electrical System Services; The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract with �non-recurring work for some preventive maintenance, diagnosing, testing and repair for mechanical and electrical services.�� The Contractor shall be responsible for diagnosing, testing, and repairing HVAC systems, HVAC controls systems, VRF systems, fire alarm systems, air compressors, generators, and electrical systems to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the facilities, systems, and equipment. Best commercial practices shall be applied in the performance of work.� All work shall be completed per approved and accepted industry and equipment manufacturers' and Navy standards and shall comply with building and safety codes, applicable activity, local, state, and federal regulations. All work shall be performed by HVAC mechanics, controls technicians, pipefitters, mechanics, and electricians specifically qualified and trained to work on HVAC, HVAC controls, VRF systems, fire alarm system controls, air compressors, generators, and electrical systems.� Low Price Technical Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued.� The term of the contract will be a base period of 12 months plus four (4) 12 month option periods to be exercised at the discretion of the Government.� The term of the contract shall not exceed 60 months or the total value of the contract, whichever comes first. The NAICS Code for this solicitation is 238220, Plumbing, Heating, & Air-Conditioning Contractors.� The Small Business Size Standard is $16.5 million.� Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 75 percent subcontract amount that cannot be exceeded.� Contractors shall be licensed by the State of Indiana as applicable to provide the maintenance and repair services specified in the contract.� � Sources are sought from 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices.� Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Women Owned Small Business (WOSB), or small business concerns.� The type of set-aside to be issued will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of contractors.� Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, WOSB, or small businesses should indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications.� The Statement of Qualifications shall include the following information:� �(a) a copy of the certificate issued by the SBA of your qualifications as a� 8(a) Region �V� contractor, HUBZone concern, �or WOSB concern ; SDVOSB must also provide documentation of their status,; (b) describe your partnering, teaming or joint venture intentions; (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor; (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers; (e) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.); (f) �describe specific portions of this type of effort your company intends to subcontract; �and (g) provide a copy of any licenses or certifications for mechanical HVAC, plumbing, or electrical work from the State of Indiana to provide the maintenance and repair services for the mechanical, plumbing, and electrical services or provide a positive statement of their intent to obtain such a license immediately upon contract award.� Provide a copy of all federal EPA 608 certifications held. ��At least one employee shall be EPA 608 Type Universal certified.� All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region �V�, SDVOSB, HUBZone concerns, WOSB, or small business concerns.� Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, WOSB, �or small business concern. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive unrestricted procurement.� Anticipate the solicitation will be released on or about October 30, 2020 with proposals due no sooner than 30 days after the solicitation is released.� In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies.� The Solicitation once issued will be available for download free of charge via the Internet at: www.fbo.gov.� The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award.� Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov.� Registration in SAM is free. �� All contractual and technical inquires shall be submitted via electronic mail to debbie.dills@navy.mil.� �The due date for responses to this Sources Sought Notice is August 7, 2020.� Responses may be submitted under Solicitation Number N4008320R1206 via email to debbie.dills@navy.mil or sent to NAVFAC Mid-Atlantic PWD Crane, Attention: Debbie Dills, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror�s Statement of Qualifications shall be received no later than 4:00 p.m. (EDT) on August 7, 2020.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b16a4afbd9cd48c8be0580f39342504f/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05725453-F 20200719/200717230142 (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 |