Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2023 SAM #7983
SOURCES SOUGHT

Z -- Regional Maintenance, Repair, Alteration, Demolition and Minor Construction of Interior and Exterior Doors for Norfolk Naval Shipyard and annexes, Portsmouth Virginia and other Areas of Responsibility (AOR).

Notice Date
10/4/2023 10:45:56 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2500
 
Response Due
10/16/2023 11:00:00 AM
 
Archive Date
10/31/2023
 
Point of Contact
MELINDA ROBINSON, Phone: 7573410690
 
E-Mail Address
melinda.l.robinson@navy.mil
(melinda.l.robinson@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 Mid-Atlantic (NAVFAC MIDLANT) Contracting 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 to perform a proposed contract. 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, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring work 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, materials, and equipment necessary to perform Regional Maintenance, Repair, Alteration, Demolition and Minor Construction of Interior and Exterior Doors for NAVFAC Mid-Atlantic geographical areas at Norfolk Naval Shipyard and annexes, Portsmouth Virginia and other Areas of Responsibility (AOR); Portsmouth Naval Medical Center, Portsmouth; Little Creek Site including - Naval Amphibious Base Little Creek, Norfolk; Sewells Point Site including � Naval Station and Chambers Field, Norfolk; Oceana Site including � Naval Air Station, Fleet Training Center Damn Neck and, Fentress Airfield, Virginia Beach; Peninsula Site including � Naval Weapons Station, Yorktown and Cheatham Annex, Williamsburg. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to perform: 1501000 C � Facility Management The intent of 1501000 C Facility Management is to specify the requirements related to facility Infrastructure Condition Assessment (ICAP) services, Condition Based Maintenance Management (CBMM) services, inventory management, condition assessment and preventative maintenance. 1502000 C � Facility Investment The intent of 1502000 C Facility Investment is to specify the requirements related to Manual/Electric Overhead Metal Doors, Manual/Electric Sliding Doors, Manual/Electric Bi-fold Doors, Manual/Electric Sliding Metal Hanger Bay Doors, and Manual/Electric Sliding Fire Doors. 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 238290, size standard $22.0 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: An Interior and Exterior Doors contract with a yearly value of at least $500,000.00 for recurring services. Scope: �Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Interior and Exterior Doors services as described in the Performance Work Statement (PWS). Complexity:� Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.� (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) 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. Electronic submission will be accepted.� Responses to this Sources Sought Notice shall be emailed to melinda.l.robinson12.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 16 October 2023 . Questions regarding this sources sought notice may be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil or via telephone at (757) 341-0690.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/566e3e9302a340cb893607312ec39c70/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06853577-F 20231006/231004230047 (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.