MODIFICATION
J -- Facility Investment Services for Electrical Maintenance and Repair Services in the Hampton Roads, Virginia AOR
- Notice Date
- 2/8/2023 5:33:08 AM
- 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
- N4008523R2630
- Response Due
- 2/17/2023 11:00:00 AM
- Point of Contact
- Matthew Collins, Phone: 7573410090
- E-Mail Address
-
matthew.a.collins51.civ@us.navy.mil
(matthew.a.collins51.civ@us.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 Systems Command, (NAVFAC) Mid-Atlantic 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. A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 66 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, management, supervision, tools, material, and equipment required to perform facility Infrastructure Condition Assessment and Preventative Maintenance and Repair of Government Owned High Voltage Electrical Distribution equipment at Norfolk Naval Station, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Norfolk, Virginia; Naval Weapon Station, Yorktown, Virginia; and Norfolk Naval Shipyard, Portsmouth, Virginia. All remote locations, annexes, auxiliary fields and such controlled by any of the above bases are also included in the service area. General Work Requirements The Contractor shall perform labor, management, supervision, tools, material, and equipment to maintain, and repair for the following: The intent of Annex 1501000 C Facility Management is to specify the requirements for facility Utility Condition Assessment Program (UCAP) support. The intent of Annex 1602000C Utility Electrical Maintenance is to provide Preventative Maintenance and Repair of Government Owned High Voltage Electrical Distribution equipment Inspection, Testing, Repair, or Replacement and Condition Reporting for the following types of equipment: High voltage and Medium Voltage Electrical breakers, Electrical Transformers, Electrical Disconnects, Electrical Switches and High Voltage Splices.� Equipment may be automatic, semi-automatic, or manual in operation. 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, size standard $41.5 million. 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 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:� Electrical Maintenance and Repair Services with a yearly value of at least $3,500,000. Scope: The Offeror must have provided all labor, management, supervision, tools, material, and equipment to specify the requirements for facility Utility Condition Assessment Program (UCAP) support and provide Preventative Maintenance and Repair of Government Owned High Voltage Electrical Distribution equipment Inspection, Testing, Repair, or Replacement and Condition Reporting and other services as defined by the RFP for the following types of equipment: High voltage and Medium Voltage Electrical breakers, Electrical Transformers, Electrical Disconnects, Electrical Switches and High Voltage Splices.� Equipment may be automatic, semi-automatic, or manual in operation. Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes. (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 the sources sought notice shall be submitted electronically to matthew.a.collins51.civ@us.navy.mil.� Responses must be received no later than 2:00 PM Eastern Standard 17 February, 2023. Questions regarding this sources sought notice may be emailed to matthew.a.collins51.civ@us.navy.mil or via telephone at (757) 341-0090.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb98f790ab334a17a786fc9bcd6c54da/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN06585403-F 20230210/230208230104 (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 |