SOURCES SOUGHT
S -- Marine Corps Air Station Base Operating Facility Investment Services in Beaufort, SC
- Notice Date
- 3/4/2025 11:12:31 AM
- 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
- N4008525R2514
- Response Due
- 3/18/2025 12:00:00 AM
- Archive Date
- 03/04/2026
- Point of Contact
- Krystal Goodman, Phone: 7573411657
- E-Mail Address
-
krystal.goodman@navy.mil
(krystal.goodman@navy.mil)
- Awardee
- null
- 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 Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) 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 services is anticipated. The total contract term including the exercise of any options, may not exceed 96 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform facility support services in the area of facility investment, pest control, electrical, and base support vehicles and equipment at Marine Corps Air Station (MCAS) Beaufort SC and Laurel Bay Beaufort SC.General Work Requirements:1502000 C ? Facility Investment The Contractor shall perform maintenance, repair, alteration, demolition, and minor construction for the following but is not limited to building and structures, building systems, roads and paved surfaces, waterfront, and airfields. The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM). Services 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. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment and sustainment1503020 C ? Pest Control The Contractor shall provide pest control services to prevent and control nuisance, structural, turf and ornamental, and medical arthropod and vertebrate pests, including but not limited to cockroaches, termites, ants, fleas, bed bugs, silverfish, stored product pests, mosquitoes, mice, rats, bats, feral dogs and cats and other vertebrates, bees, wasps, pigeons, and nuisance birds.The intent of 1503020 Pest Control is to perform pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control pest.1602000 C ? Electrical The Contractor shall provide all labor, management, supervision, tools, material, and equipment to continuously operate, maintain, and repair the electrical power generation plant, transmission systems and distribution systems.The intent of 1602000 Electrical is to specify the requirements for electrical power generation, power transmission and distribution. All sources for generating electrical power for utilities will be included in this template e.g., boilers, wind, solar, gas, etc. 1700000 C ? Base Support Vehicles and EquipmentThe Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Base Support Vehicles and Equipment services for emergency vehicles, buses, automobiles, cranes, and material handling equipment.The intent of 1700000 BSVE is to specify the requirements for a transportation program consisting of vehicles, equipment maintenance and repairs. The vehicle and equipment operations shall include dispatch, Weight Handling Equipment (WHE) / Material Handling Equipment (MHE), Ordinance Handling Equipment (OHE), liquid movements, people movements, operator licensing and training, inspection and certification, and specified administrative program management. All Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, 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 561210, size standard $47 million.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 contracts worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the services identified in the attached draft Performance Work Statement. 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 maintenance services contract with a yearly value of at least $3,247,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to perform facility investment maintenance services for buildings on bases, installed equipment and systems, and vehicles 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 krystal.goodman@navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 18 March 2025. Questions regarding this sources sought notice may be emailed to Krystal Goodman at krystal.goodman@navy.mil or via telephone at (757) 341-1657.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72739eac1f5f4a239926bf718bcd67f2/view)
- Record
- SN07360865-F 20250306/250304230050 (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 |