Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SOLICITATION NOTICE

J -- Preventative Maintenance, Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components at the Naval Complex, Newport, Rhode Island and Other Areas of Responsibility

Notice Date
9/11/2024 9:11:25 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2529
 
Response Due
9/26/2024 11:00:00 AM
 
Archive Date
10/11/2024
 
Point of Contact
MELINDA ROBINSON, Phone: 7573410690
 
E-Mail Address
melinda.l.robinson@navy.mil
(melinda.l.robinson@navy.mil)
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potentials of a Facility Support, /Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Facility Investment Services for Preventative Maintenance (PM), Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems Components at the Naval Complex, Newport, Rhode Island, and Other Areas of Responsibility (AOR). General Work Requirements: The Contractor shall furnish all labor, management, supervision, tools, materials, and equipment necessary to perform: 1502000 C � Facility Investment The intent of 1502000 Facility Investment is to specify the requirements related to the maintaining, repairing, and altering of HVAC equipment and Central Chilled Water Plant & Galley Refrigeration Systems components, service/routine service orders/emergency service orders/emergency service orders for Critical Cooling Systems, Preventative Maintenance (PM) Program, HVAC seasonal start-up/shut-down and water testing/treatment services, and freeze protection as described in the Performance Work Statement (PWS). The work identified is to be provided by means of a Facility Support Services, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process.� 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 and Factor 4 � Past Performance.� NOTE:� 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 contract with a yearly value of at least $900,000.00 for recurring services. Scope: �Offeror must have provided all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Facility Investment Services for Preventative Maintenance (PM), Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components 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 one-year base period and four (4) one-year option periods which, cumulatively, will not exceed sixty months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Regional 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 $19.0 million. The proposed procurement listed here is a �full and open/unrestricted� competitive procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 26 September 2024. 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 Melinda Robinson, (melinda.l.robinson12.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/. This contract will replace one contract for similar services. The current contract is N4008522D0073, HVAC Maintenance and Repair at the Naval Station Newport, Rhode Island. The current contract expires 31 December 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c9b04259ed447e29d0605b7e718d098/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN07206956-F 20240913/240911230119 (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.