SOLICITATION NOTICE
J -- NMCP Electrical PM
- Notice Date
- 10/20/2022 6:59:07 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2831
- Response Due
- 11/1/2022 11:00:00 AM
- Archive Date
- 03/31/2023
- Point of Contact
- Ebonie Robinson, Phone: 7573411975, SUSAN C. ROBERTS, Phone: 7573410091
- E-Mail Address
-
ebonie.robinson@navy.mil, susan.roberts2@navy.mil
(ebonie.robinson@navy.mil, susan.roberts2@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 01-�PRESOLICITATION SYNOPSIS FOR SOLICITATION N40085-22-R-2831 This Amendment is done to revise the ""business size"" to reflect Small business vice Unrestricted. PRESOLICITATION SYNOPSIS FOR SOLICITATION N40085-22-R-2831 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre- solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery / Indefinite Quantity contract with recurring and non-recurring services to provide Facility Investment services to maintain electrical, closed-circuit television systems (CCTV), emergency and exit light inspection, preventive maintenance and repair; and electrical thermal imaging. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to provide Facility Investment services at Naval Medical Center Portsmouth, Virginia. The intent of this contract is to provide for maintenance of electrical, and closed-circuit television systems (CCTV), emergency and exit light inspection, preventive maintenance and repair; and electrical thermal imaging. The intent of solicitation section 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Contractor shall perform maintenance, repair, alteration, demolition, and minor construction for the following: Building Systems: Electrical, Electrical Main Distribution Systems and Breakers, Automatic Transfer Switches, Electrical Panel Thermal Imaging, Emergency (Egress) Lights, Exit Lights. The work identified is to be provided is by means of a Facility Support, Indefinite Delivery / Indefinite Quantity, Performance-Based contract with recurring and non-recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price).� The Navy will then evaluate the technical factors of the lowest priced proposal.� The Navy will award to the Lowest Priced Technically Acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A Facility Investment services contract to perform electrical, closed-circuit television systems (CCTV), emergency and exit light inspection, preventive maintenance and repair; and electrical thermal imaging contract with a yearly recurring services for at least $550,000 for recurring services. Non-recurring values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for maintenance, repair, alteration, demolition and minor construction for the following building systems: Electrical, Electrical Main Distribution Systems and Breakers, Automatic Transfer Switches, Electrical Panel Thermal Imaging, Emergency (Egress) Lights, Exit Lights and other services as defined by the RFP. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with 4 one-year option periods, which, cumulatively, will not exceed sixty months. The proposed procurement will be issued as a NAVFACSYSCOM Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 238210, the size standard is $16.5 million. RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 01 November 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Ebonie Robinson, (ebonie.robinson@navy.mil) 10 days prior to the RFP due date. The SAM site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c88b968bf004ba18cb2375038ad630d/view)
- Place of Performance
- Address: Portsmouth, VA 23708, USA
- Zip Code: 23708
- Country: USA
- Zip Code: 23708
- Record
- SN06498957-F 20221022/221020230053 (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 |