SOURCES SOUGHT
Z -- Facility Investment for HVAC Maintenance and Repair Services at Naval Submarine Base New London in Groton, Connecticut
- Notice Date
- 3/18/2025 8:34:30 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2645
- Response Due
- 4/1/2025 10:00:00 AM
- Archive Date
- 03/18/2026
- 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 sixty (60) 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 Investment for HVAC Maintenance and Repair Services at Naval Submarine Base in New London, Groton Connecticut.General Work Requirements:The Contractor shall perform maintenance, repair, alteration, demolition, and minor construction for the following:1502000 C ? Facility Investment The intent of 1502000 C Facility Investment is to specify the requirement related to:-Building and Structures -Tanks including but not limited to expansion tanks and bladders -Pipelines -Cooling towers (including all piping, valves etc) Building Systems -HVAC including Building Automation Systems -Boilers (excluding Central Utility Plant Boilers) -Unfired Pressure Vessels (UPV) -Compressed Air Systems -Potable Water (including backflow prevention devices) -Refrigeration -Furnaces -Heaters -Water Heaters -Heat Exchangers -Ductwork with/without fusible linked fire dampers -System Controls with/without Uninterruptible Power Systems (UPS) -Exhaust Fans, Hoods and Ducts 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 238220, size standard $19 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 Services contract with a yearly value of at least $1,500,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to perform HVAC Maintenance and Repair 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. (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 12:00 PM Eastern Standard Time on 1 April 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/04374ae19d9f4f4fa223713d8bdef0e1/view)
- Record
- SN07376675-F 20250320/250318230054 (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 |