SOURCES SOUGHT
99 -- Facility Investment Services at NOSC Bronx, NY; NOSC Quincy, MA; NOSC White River Junction, VT; Naval Historical Center - Detachment Boston, Boston, MA; and NOSC Syracuse, Mattydale, NY.
- Notice Date
- 12/9/2024 1:49:11 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2575
- Response Due
- 12/23/2024 11:00:00 AM
- Archive Date
- 12/23/2025
- Point of Contact
- Kara A. Holwick, Jeannette Vincent
- E-Mail Address
-
kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil
(kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business, certified HUB-Zone Small Business, certified 8(a) firm, Woman Owned Small Business, Small Disadvantaged Business AND/OR a Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project. This work will be located at the following Navy Operational Support Center (NOSC) sites: NOSC Bronx, NY; NOSC Quincy, MA; NOSC White River Junction, VT; Naval Historical Center � Detachment Boston, Boston, MA and NOSC Syracuse, Mattydale, NY. The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to perform Facility Investment services in the sub-functions of Sustainment, Restoration, and Modernization (SRM). The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consist of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following: Building and Structures Interior and exterior finishes Roofing Foundation Structural Components Cathodic Protection Systems Tanks POL System Pipelines Building Systems HVAC Fire Protection Vertical Transportation Equipment (VTE) Intrusion Detection Systems Bridge and Jib Cranes Boilers & Water Heaters (excluding Central Utility Plant Boilers) Unfired Pressure Vessels (UPV) Compressed Air Systems Potable Water (including backflow prevention devices) Wastewater Electrical Lightning Arrestors and Grounding Devices Cathodic Protection Systems Auxiliary Generator Systems (including emergency and portable generators) Uninterruptible Power Systems (UPS) Grease Traps Exhaust Hoods and Ducts WHE Interior and Exterior Lighting Emergency and Egress Lighting Re lamping Plumbing Vehicle Exhaust Systems Gutters, Downspouts and Roof Drains Air Filtration Systems Door, Window and Miscellaneous Structural Components Overhead Doors Water Filters/Water Filtration Systems/Water Testing Water Softeners Water-Free Urinals Solar Panels Gates and Turnstiles Ventilation Systems (including associated equipment, i.e. dust collectors) Elevators, Lifts and Dock Levelers Miscellaneous Signs Fences Locksmith Drainage Ditches Monuments Flag Poles Unpaved Roads (gravel roads) Boat Lift Roads and Paved Surfaces Traffic Control Devices Bicycle Paths Pedestrian/Jogging Paths Striping Curbs Sidewalks Parking Lots Bridges Drainage Systems Outdoor Courts Pavement Repairs/Sealcoating Trackage Railroads Crane and Elevated Crane Services Custodial Pest Control Pavement Clearance Grounds Maintenance Solid Waste Management Base Support Vehicles and Equipment Electrical The requirement is performance based. The anticipated award will be a base contract of 12 months with four (4), 12-month options. All Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, certified 8(a) firms, Economically Disadvantaged Woman-Owned Small Business, Woman-Owned Small Businesses, Small Disadvantaged Businesses and/or Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondent will not be notified of the result of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone Small Business, Economically Disadvantaged Woman-Owned Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business and/or a Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in April 2025. The appropriate NAICS Code is 561210 with a size standard of $47 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum, the following: Examples of projects worked within the last five years of similar scope as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract related to the work described, and a Government Agency point of contact. Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code. Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Economically Disadvantaged Woman-Owned, Woman-Owned, Veteran Owned and/or Small Business. 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 procurement. 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. Responses must be received no later than 2:00pm Eastern Standard Time on 23 December 2024 and shall be emailed to the following: kara.a.holwick.civ@us.navy.mil. Questions regarding this sources sought notice may be addressed to Kara Holwick at kara.a.holwick.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/02b45faed0ca4620984f46ff9d337e77/view)
- Place of Performance
- Address: Bronx, NY, USA
- Country: USA
- Country: USA
- Record
- SN07286471-F 20241211/241209230115 (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 |