SOURCES SOUGHT
J -- FACILITY SERVICES FOR MAINTENANCE
- Notice Date
- 8/6/2020 12:37:43 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
- N4008520R0094
- Response Due
- 8/21/2020 11:00:00 AM
- Archive Date
- 09/05/2020
- Point of Contact
- Brett K. Garnett, Phone: 7573411980
- E-Mail Address
-
brett.garnett@navy.mil
(brett.garnett@navy.mil)
- 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 small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) 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 are encouraged to respond.� 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. An Indefinite Delivery/Indefinite Quantity type performance-based 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 is most advantageous to the Government. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for maintenance center equipment services and preventative maintenance programs at Marine Corps Logistics Base, Albany, Georgia. General Work Requirements: Facility Investment: The 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 Corps Logistics Base Albany, GA (Maintenance Center).� The intent of Annex1502000 - Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only.� The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work.� Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order.� Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs.� Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following: Production Equipment and Associated Building Systems to include, but not limited to: Compressed Air Systems, Weight Handling Equipment (WHE), Paint Booth and Oven Systems, ���Blast Booth Systems, Fast Acting Door Systems, Dynamometer Systems, Hydraulic Test Bench Systems, Air Pollution Control System, Steam Stall/ Pit Systems, Parts Washer Systems, Machine Tools, Fire Range Systems and Cranes. 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 561210 � Facilities Support Services. 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 Area of Responsibility (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 $1.6M or greater for recurring services.� Indefinite Quantity/Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: �The Contractor shall be responsible for maintaining all facilities, systems, and equipment, identified in this technical sub-annex, 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� standards and shall comply with building and safety codes, applicable activity, local, state, and federal regulations, and other technical requirements identified within this technical sub-annex. Workmanship for maintenance and repair shall include all work necessary to complete facility and system restoration, including touch-up painting and operational checks.� Upon completion of work, the Contractor shall ensure all facilities, systems, and equipment are free of missing components or defects which would affect the safety, appearance, or habitability of the facilities and structures or would prevent any electrical, mechanical, plumbing or structural system from functioning in accordance with design intent.� Repairs shall be made in accordance with the manufacturers� specifications and guidelines, and standard building codes.� The quality of repairs shall meet the applicable standards and shall prevent any malfunction reoccurrences caused by poor workmanship or other contractor inadequacies.� The quality of the repaired areas shall be fully compatible with adjacent surfaces or equipment.� Except where otherwise specified, replacements shall match existing in dimensions, finish, color, design, and functionality and shall have an appearance similar to the original finished appearance with only minor unobjectionable deterioration resulting from normal use. Complexity:� �All maintenance and repair shall be performed by personnel trained and certified by the OEM.� Personnel calibrating equipment shall be qualified per MDMC-Q17.6-QL0059 Personnel maintaining, repairing, inspecting, testing, operating, or rigging WHE shall be qualified per NAVFAC P-307. Personnel inspecting and testing crane shall be qualified per NAVFACINST 11230.1. Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200. All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level. (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 shall be e-mailed to brett.garnett@navy.mil � Responses must be received no later than 2:00 PM EDT on August 21, 2020. Questions regarding this sources sought notice may be addressed to Brett Garnett at brett.garnett@navy.mil, or via telephone at (757) 341-1980.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/74c1d9ac95794d59b992822aed3e0ae7/view)
- Place of Performance
- Address: Albany, GA 31704, USA
- Zip Code: 31704
- Country: USA
- Zip Code: 31704
- Record
- SN05748623-F 20200808/200806230155 (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 |