SOLICITATION NOTICE
J -- Equipment Operation and Maintenance for the Central Energy Building, Naval Health Clinic, MCAS Cherry Point NC
- Notice Date
- 1/14/2021 5:11:04 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R0036
- Response Due
- 1/27/2021 9:00:00 PM
- Archive Date
- 02/12/2021
- Point of Contact
- Kimberly Lacy, Phone: 2524664751, Ericka J. Bishop, Phone: 2524664750
- E-Mail Address
-
kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil
(kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this Pre-Solicitation Synopsis is to notify potential offerors of the upcoming Request for Proposals (RFP) for Equipment Operation and Maintenance for the Central Energy Building, Naval Health Clinic, Marine Corps Air Station, Cherry Point, NC. This is a follow-on contract. The intent of this requirement is to provide Equipment Operation and Maintenance for the Central Energy Building located at the Naval Health Clinic aboard Marine Air Corps Station, Cherry Point North Carolina. The Central Energy Building (Facility #4390) was constructed in 1994 and is approximately 8,820 square feet. The facility houses chilled water systems including chillers, condensers and cooling towers; steam distribution system including boilers, condensate systems, hot and cold water systems and their distribution systems; and compressed air systems including compressors, dryers and vacuum systems and their associated peripheral equipment. This equipment provides heat, hot and cold water, HVAC and compressed air/gases to the adjacent Naval Health Clinic Facility, Cherry Point North Carolina.� The Contractor shall operate and maintain the Central Energy Plant 24 hours per day seven days a week. The Contractor shall provide all labor, management, supervision, tools, material, and equipment to continuously operate, maintain and repair the Chiller Plant and Distribution System, the Steam and Hot Water Generation Plant, the Steam and Hot Water Distribution Systems, the Condensate Return System, and the Compressed Air Plant for Control Air and Medical and Dental Air and Vacuum Systems located at the Central Energy Building. The Contractor is responsible for all equipment, controls and piping systems located inside the facility. Work typically will include operation, management and maintenance of utility chilled water and air conditioning systems, utility steam and hot water systems, and air compressors for control air, medical and dental air and medical vacuum systems. An integrated maintenance plan for dynamic and static equipment and systems will be included in this work. The Contractor is responsible for maintaining all systems located in the Central Energy Building up to the Firm Fixed Price Limit per equipment or component per occurrence. Additionally major repair work, consisting of component replacement, equipment replacement and new equipment installation exceeding the integrated maintenance plan (IMP) limit of liability will be ordered under the IDIQ portion of the Contract.� The Contractor shall provide sufficient material, labor, equipment, supervision, and transportation to fulfill all requirements of the contract in accordance with the timeliness standards as set forth by the Government. The proposed contractor�s work plan shall comply with all applicable Federal, State, and Local Regulations. Additional requirements will be provided in the solicitation. The solicitation under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be issued in accordance with the most recent Federal Acquisition Circular and DFARS Publication Notice (DPN).� The procurement method to be utilized is FAR Part 15 � Source Selection, Lowest Price Technically Acceptable Process.� The solicitation will utilize source selection procedures which require offerors to submit information such as: price, corporate experience (narrative of work experience doing the required work), management approach (proposal provides a feasible technical approach with the capability to, at least, meet solicitation performance objectives and standards), past performance (written statements verified by client/customer as to how well the contractor performed the work), and safety ratings in their proposal for evaluation by the Government. The Government intends to award a performance based Indefinite Delivery Indefinite Quantity (IDIQ) type contract with recurring and non-recurring work line items for facility related services.� The period of performance will include a base period of twelve-months plus four (4) twelve month option periods.� The total term of the contract, including all options, will not exceed sixty (60) months. �The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause (FAR 52.217-8).� In either case, the Government will not synopsize the options when exercised.� If work is determined by the Contracting Officer to be beyond the scope of the recurring/FFP portion of this contract, it will be issued under the IDIQ schedule.� Labor, material and equipment required for this work will be based on the Schedule of IDIQ Work Exhibit Line Items Number (ELIN).� The proposed solicitation will be issued as a total small business set-aside.� The North American Industry Classification System (NAICS) Code for this procurement is 561210 Facilities Support Services with a Small Business Size Standard of $41.5M.� The contractor must be registered with NAICS code 561210 in SAM under FAR Clause 52.212-3 (Reps & Certs), this will be verified.� Offerors can view and/or download the solicitation, and any attachments, at https://beta.sam.gov/ �when it becomes available.� Contractors are encouraged to register for the solicitation when downloading from the beta.sam site.� Only registered contractors will be notified by E-mail when amendments to the solicitation are issued (acknowledgement of amendments required � a signed copy of all amendments must accompany contractor�s proposal).� The solicitation will be available on or about January 28, 2021.� The solicitation will be available in electronic format only.� All documents will be in the Adobe Acrobat PDF file format via the Internet.� The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Please direct questions to Kimberly Lacy at kimberly.c.lacy@navy.mil and Ericka Bishop at ericka.j.bishop@navy.mil.� . ����������������������������������������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0eeb71b4d13142ec9b8d612961f4fce6/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN05892172-F 20210116/210114230106 (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 |