Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

B -- Professional Services to support the Navy�s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)

Notice Date
6/12/2024 1:20:09 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247023R9002
 
Archive Date
07/01/2024
 
Point of Contact
Weston Polen, Phone: 757-322-4749, Amber Forehand-Hughes (Contracting Officer), Phone: 7573228336
 
E-Mail Address
weston.c.polen.civ@us.navy.mil, amber.l.forehand-hughes.civ@us.navy.mil
(weston.c.polen.civ@us.navy.mil, amber.l.forehand-hughes.civ@us.navy.mil)
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. N62470-23-R-9002 Professional Services to support NAVFAC Public Works Business Line in NAVFAC AOR with a concentration of work with in the Continental United States, the Caribbean, Europe, Africa, and South Western Asia This is a pre-solicitation notice to notify potential offerors of a professional services related to supporting Naval Facilities Engineering Command (NAVFAC) Public Works Business Line.� Work will be predominantly performed within NAVFAC�s Atlantic Area of Responsibility (AOR) with a concentration of work within the Continental United States, the Caribbean, Europe, Africa, and South Western Asia.� Task orders may also be issued from time to time in support of NAVFAC Pacific to include Hawaii, Guam, and the Far East.� The primary tasks anticipated under this contract include support of Public Works Business Line Products and Services supporting naval facilities (buildings, structures, utilities, energy and water and energy efficiency improvements).� The intent of this contract is to utilize professional services to support routine operations, inventory and logistics management, to assist in updating current asset records, and to improve processes and efficiencies within the Public Works Business Line.� The scope of operations, inventory & logistics management includes, but is not limited to: providing reports and studies, manuals and other written documentation, conducting field surveys, inspections, testing, commissioning/re-commissioning, inventory assessments, system analyses, productivity analyses, business case analyses, supply chain management support (including logistic analyses), developing initiatives, developing and/or performing processes improvements, preparing training manuals and delivering training, researching and recommending tools and processes to increase the overall efficiencies, cost control studies and management of Public Works assets. The majority of the Navy�s facilities are located on federal installations (some of which are historical) and include office and operational buildings, science and/or research laboratories, waterfront and aviation assets, training areas, medical facilities, etc. along with both above ground and underground utilities and other support infrastructure.� The specific types of services to be provided include, but are not limited to: �The specific services to be provided include, but are not limited to:� Performance of studies, surveys, and assessments including, but not limited to: Mission Dependency Index (MDI) surveys; Technical studies; including, but not limited to, roof surveys, energy assessments, audits and surveys, ICS Inventories, and Pavement Condition Inspections; Energy & Water Efficiency Conservation assessments; Facility Condition assessments and inspections; Condition-Based Maintenance Management support (such as development of standard processes and support for computer-based maintenance management systems); Facilities Management Support; Reliability Centered Maintenance Support; Product Line Staffing studies; and Supply Chain Management studies and recommendations. Conducting Extensive Research of Regulations, Policies and Analyses of Data to Prepare: Business Case Analyses, Training Programs, Process Improvements, Preventive Maintenance Programs, Initiatives (including development/update of Standard Operating Procedures (SOPs)/Business Management System (BMS) Processes, Material Supply Initiatives, Database Management Services (e.g. Maximo and iNFADS) and Safety/SAFE processes and documentation), Computer-based Maintenance Management Systems (utilizing Builder/Railer/Paver/Roofer), and Project Development for CAT III/IV work. Surveys, Assessments, Evaluations, and Analyses for Indoor Air Quality and Hazardous Material such as Asbestos, Mold and Lead-based Paint. Technical Writing/Scope Development and Estimation to include assistance in the development of Performance Work Statements and Cost Estimating for CAT III/IV Projects.� Support development of cost estimating training and tools. Recommissioning or Retro-commissioning of facilities including review and analyses to determine required facility modifications, the development of Measurement & Verification (M&V) Plans, and commissioning services or oversight. Inventory control and management such as Linear Segmentation (LS) services, baseline creation, updating and validating assets, and Geographic Information System (GIS) support. Support for Electronic Operations and Maintenance Support Information (eOMSI) submittals and implementation. The solicitation utilizes source selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 15, and will require offerors to submit corporate experience, technical approach/management approach, safety, small business utilization, and past performance, along with a price proposal for evaluation by the Government.� The tradeoff source selection process is selected as appropriate for this acquisition.� The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. �Award will be made to the responsible Offeror(s) whose proposal conforms to the Request for Proposal (RFP), will be most advantageous to the Government resulting in Best Value, price and other non-price factors considered. The NAICS Code for this procurement is 541330, Engineering Services with a size standard of $47 million.� The contract term will be a base period of up to twelve (12) months with four (4) option periods (12 months each), not to exceed a total of 60 months. THIS PROCUREMENT IS SOLICITED ON AN UNRESTRICTED BASIS WITH FULL AND OPEN COMPETITION.� �A sources sought was issued to Contract Opportunities via System for Award Management (SAM) on 2 December 2022 to determine availability and capability of businesses to perform the requirement.� As a result of the market research analysis, a determination was made to solicit as an unrestricted procurement. NAVFAC Atlantic�s Office of Small Business Programs concurs with this decision. All responsible sources may submit a proposal which will be considered by the agency. All prospective contractors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov. You are encouraged to register as soon as possible. The anticipated RFP date is on or about 27 June 2024. Offerors can view and/or download the solicitation and notification of any changes (amendments) to the solicitation will be posted to Contract Opportunities on the https://www.sam.gov website when it becomes available. All prospective offerors are encourages to register with the site so you will receive emails applicable to the solicitation and/or solicitations of interest. It is the offeror�s sole responsibility to check the Contract Opportunities on the https://www.sam.gov website frequently for any and all amendments to this solicitation. No additional information is currently available, and the Government will NOT respond to questions regarding the pre-solicitation notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/01584506f88f430181584f2df6104ac1/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07094461-F 20240614/240612230111 (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.