Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOURCES SOUGHT

S -- Swimming Pool Maintenance and Repair Services

Notice Date
3/29/2022 7:39:12 AM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522Q2514
 
Response Due
4/5/2022 11:00:00 AM
 
Point of Contact
Melissa Lynn Willis, Phone: 8128546864, Carrie Grimard, Phone: 8128546641
 
E-Mail Address
melissa.l.willis4.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil
(melissa.l.willis4.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. � THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. �The Solicitation Number for this announcement is N4008522Q2514; Naval Facilities System Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring work for Swimming Pool Maintenance and Repair Services to �prepare pools for seasonal use to include opening, weekly maintenance, necessary repairs, and winterization of pools and equipment at the Naval Support Activity (NSA Crane), Crane, Indiana. � The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work requirements to prepare the pools for seasonal use. �Pool maintenance shall be done in accordance with all applicable regulations including NAVMED P-5010-4, local and state environmental requirements, Navy safety requirements, and UFC 3-230-02. � The term of the contract would be for a base period of twelve months and four (4) 12-month option periods to be exercised at the Government�s discretion. � Applicable NAICS Code for this solicitation is 561790 Other Services to Buildings and Dwellings. The Small Business Size Standard is $8,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded� Sources are sought from 8(a) firms; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman-Owned Small Business (WOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, 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. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via 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) contractor, HUBZone 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) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; 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, or awards received, etc. The combined synopsis/solicitation is planned to be issued on 05 April 2022 with quotes due no later than 29 April 2022. �Award is not anticipated before 06 May 2022. OFFERORS MUST BE ABLE TO BEGIN WORK IMMEDIATELY IN ORDER TO HAVE THE POOL OPEN AND READY FOR USE BY MEMORIAL DAY WEEKEND, 27 MAY 2022. �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: https://piee.eb.mil. �The posting on sam.gov is only for the notification of Contract Opportunities. �ALL PROPOSALS SHALL BE SUBMITTED VIA THE INTERNET AT: https://piee.eb.mil. �ALL APPLICANTS ARE REQUIRED TO REGISTER PRIOR TO PROPOSAL SUBMISSION. The apparent successful offeror must be registered in the System for Award Management (SAM) database when proposals are submitted. �SAM REGISTRATION IS REQUIRED PRIOR TO PROPOSAL SUBMISSION via the Internet at: https://www.sam.gov. �Registration in SAM is free. � All contractual and technical inquires shall be submitted via electronic mail to melissa.l.willis4.civ@us.navy.mil � Responses may be submitted under Solicitation Number N4008522Q2514 via e-mail to: melissa.l.willis4.civ@us.navy.mil. � Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on Tuesday, 05 April 2022. � � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e6a88f69ec7494996a685b8da1c6119/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06283140-F 20220331/220329230106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.