SOLICITATION NOTICE
J -- Regional HVAC Chemical Treatment Services
- Notice Date
- 10/10/2023 12:17:37 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523R2685
- Response Due
- 10/27/2023 11:00:00 AM
- Archive Date
- 12/12/2023
- Point of Contact
- Laura Thomas, Phone: 7573411654
- E-Mail Address
-
laura.e.thomas21.civ@us.navy.mil
(laura.e.thomas21.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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, Firm-Fixed Price (FFP). Indefinite Delivery, Indefinite Quantity(IDIQ), Performance-Based contract with recurring and non-recurring services to provide Facility Investment Services (HVAC Chemical Treatment Services) at Naval Station Norfolk, Norfolk, VA; Norfolk Naval Shipyard (NNSY), Portsmouth, VA; Naval Amphibious Base Little Creek, Virginia Beach, VA; Naval Weapons Station (NWS) Yorktown Cheatham Annex, Yorktown, Virginia and Other Areas of Responsibility (AOR). General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment necessary to perform: Facility Investment Services The contractor shall provide:� HVAC Water Testing and Treatment for Water Cooled Chiller Closed Loop Systems and Water Cooling Towers; Boiler,� Rain and Hot Water� Testing and Treatment Services and HVAC Water Testing Non-Chemical Treatment Services for Water Cooling Towers. The intent of solicitation section 1502000 Facility Investment is to specify the requirements for performance to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the components. The work is identified is to be provided by means of a Facility Support, FFP/IDIQ 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 Prices 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; 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.� For�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 (HVAC Chemical Treatment Services) contract with a yearly value of at least $200,000 for recurring services.� Scope:� Demonstrate the ability to provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Facility Investment Services (HVAC Chemical Treatment 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.� 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, 4 one-year option periods, and one 6 month option period, which cumulatively will not exceed 66 months.� The proposed procurement will be issued as a NAVFAC 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) for this procurement is 238220; the size standard is $19M. The proposed procurement listed herein is a small business set-aside. �The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 27 October 2023. 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�Laura Thomas, (laura.e.thomas21.civ@us.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 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/. OFFERORS SHALL SUBMIT ELECTRONIC PROPOSALS (.PDF FORMAT) IN RESPONSE TO THIS SOLICITATION. Only the PIEE Solicitation Module is authorized for the submission of electronic proposals in response to this solicitation. Electronic proposal submissions should be no larger than 1.9 GB per file.� Instructions for registering for PIEE are included with this Pre-Solicitation. This contract will replace a contract for similar services. The current contract is N40085-19-D-9097, HVAC CHEMICAL TREATMENT SERVICES AT NAVAL STATION NORFOLK AND OTHER AREAS OF RESPONSIBILITY. The current contract expires 31 March 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ef71992be93435f8862ee7b06ea6b0e/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06856037-F 20231012/231010230120 (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 |