Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2023 SAM #8004
SOURCES SOUGHT

68 -- Thermal Commodity Water Treatment Systems Chemical Supplies

Notice Date
10/25/2023 11:30:41 AM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2502
 
Response Due
11/6/2023 11:00:00 AM
 
Archive Date
11/21/2023
 
Point of Contact
ASIA BRACEY, Phone: 7573411226
 
E-Mail Address
asia.c.bracey.civ@us.navy.mil
(asia.c.bracey.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 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, certified 8(a) Business and large 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. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide services for a Facility Investment� Services Contract for Thermal Commodity Water Treatment Systems Chemical Supplies at Naval Station Norfolk, Norfolk, VA; Norfolk Naval Shipyard, Portsmouth, VA; Lafayette River Annex, Norfolk, VA; Joint Expeditionary Base Little Creek, Virginia Beach, VA; Naval Medical Center, Portsmouth, VA; St. Julien�s Creek Annex, Portsmouth, VA; Naval Weapons Station, Crane, IN; Naval Station Great Lakes, Great Lakes, IL; Naval Weapons Station Earle, Earle, NJ; Naval Support Activity Philadelphia, Philadelphia, PA; Submarine Base New London, New London, CT; Naval Station Newport, Newport, RI; Naval Station Portsmouth, Kittery, ME. This requirement has historically been sole sourced to Nalco Company LLC of Naperville IL, most recently under contract N40085-22-D-0101. Nalco Company LLC, NAVFAC�s Thermal Commodity Department has completed major upgrades and additions to the existing DCS�s throughout the region. These upgrades and additions were completed as part of the Thermal Commodity Optimization Network (TCON) initiative to reduce water, energy and chemical consumption. The TCON Water Treatment System is an Enterprise Management System (EMS) designed by Nalco. All of the installed equipment is designed as a system of analyzers, automatic pumps and propriety Department of Transportation (DOT) containments that must be compatible with Nalco software. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform: 1502000 C � Facility Investment The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. Examples of services include: the supply of Boiler Water Treatment Chemicals, Cooling Water Treatment Chemicals, NALCO 3D analyzers, incidental analytical testing, and training for systems. 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 325998, size standard of 650 employees. 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: A Facility Investment services contract with a yearly value of at least $300,000.00 for recurring services. Scope: �Offeror must have provided all labor, supervision, tools, material, and equipment required to provide services for Thermal Commodity Water Treatment Systems Chemical Supplies 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 brittany.t.swan.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 06 November 2023. Questions regarding this sources sought notice may be emailed to Brittany Swan at brittany.t.swan.civ@us.navy.mil or via telephone at (757) 341-1663.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9b1baf37d2e43c8ab19b6d903164fea/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06868303-F 20231027/231025230105 (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.