SOURCES SOUGHT
J -- Distributive Controls Systems (DCS) and Field Device Maintenance; Asea Brown Boveri (ABB) Bailey Net90/Infi90/Harmony
- Notice Date
- 4/13/2023 6:39:15 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N40085DCSMAINT
- Response Due
- 4/20/2023 9:00:00 AM
- Point of Contact
- Lorraine Moyer 757-443-1388, Phone: 7574431388, Chris Whiteside, Phone: 7574430780
- E-Mail Address
-
lorraine.m.moyer.civ@us.navy.mil, christopher.d.whiteside2.civ@us.navy.mil
(lorraine.m.moyer.civ@us.navy.mil, christopher.d.whiteside2.civ@us.navy.mil)
- Description
- Request for Information (RFI) / Sources Sought Notice Pursuant to FAR clause 52.215-3 entitled �Request for Information or Solicitation for Planning Purposes,� this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide technical, programmatic, and analytical support to the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Region, Norfolk, VA. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope NAVFAC requires annual maintenance services on the Asea Brown Boveri (ABB) Bailey Net90/Infi90/Harmony Distributive Controls Systems (DCS) and field devices, needing calibration and instrument services, used in operation of its thermal production facilities.� The anticipated labor category is Field Service Engineer. A DRAFT Performance Work Statement (PWS) is provided containing further details. The Government may consider issuing a solicitations for this requirement. The Government is considering a single award contract. This is a follow-on requirement for sole source contract N0018918P1137. Place of Performance (Site Locations) Work is performed primarily at the Government�s sites at various locations in Hampton Roads Virginia, Philadelphia, PA, and Groton, CT.� Further details are provided in the draft PWS. NAICS Code The NAICS code for this requirement is anticipated to be 811310, Engineering Services, with a size standard of $12.5 million. The product service code (PSC) is J035, Maint/Repair/Rebuild Of Equipment- Service And Trade Equipment. Period of Performance Performance is estimated to commence around 01 October 2023. The period of performance is anticipated to consist of up to five years of performance, potentially through a five-year ordering period or a one-year base and option periods, and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six months of performance. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. Please limit your responses to the requested information only. Standard company brochures will not be reviewed. Submissions must not to exceed seven standard typewritten pages. Submit any technical questions and inquiries within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code and Data Universal Numbering System (DUNS) number 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the services can be obtained from an existing Government contract vehicle, to include the General Services Administration (GSA) or Seaport Next Generation (NxG), provide the applicable contract number. 5. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor(s) will be used. 6. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. If there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, provide details as to how compliance with FAR clause 52.219-14 will be achieved, including specifics regarding teaming arrangements, the anticipated percentage of the effort to be subcontracted, and the business size of anticipated subcontractors. Teaming and/or subcontracting arrangements should be clearly delineated and any previous experience in teaming must be addressed. 7. Please address the following questions in your response. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities to perform the required services. 7.a. Describe your ability to support the scope of the requirement in the draft performance work statement. 7.b. State whether or not you can support more than one site simultaneously. 7.c. This effort requires personnel with Secret-level clearance. State your ability to comply with this requirement. 7.d. What additional information do you require to provide a proposal? Please identify any areas requiring clarity and provide any feedback related to the draft performance work statement and procurement strategy. Submit any questions you have regarding this RFI/Sources Sought Notice and the draft performance work statement. Submission Responses should be limited to no more than seven standard typewritten pages. Reponses should reference NAVFAC_DCSMAINT RFI and shall be submitted by e-mail to Lorraine Moyer at Lorraine.M.Moyer.civ@us.navy.mil and Christopher Whiteside at Christopher.D.Whiteside2.civ@us.navy.mil by 12:00 p.m. Eastern time on 20 April 2023. Again, this is not a request for proposals. Respondents will not be notified of any results. Please note that the information within this RFI/Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96d67342e5014b3a8212adbb1edeff6e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06650644-F 20230415/230413230117 (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 |