SOLICITATION NOTICE
J -- NSBNL Auto Doors Maintenance & Repair
- Notice Date
- 4/23/2025 7:52:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- ACQR6081183
- Response Due
- 4/28/2025 7:00:00 AM
- Archive Date
- 05/13/2025
- Point of Contact
- Kirsten Cohoon, Phone: 8606944987, Fax: 8606944565
- E-Mail Address
-
kirsten.m.cohoon.civ@us.navy.mil
(kirsten.m.cohoon.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is ACQR238290 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2025-03, effective 01/17/2025, located at FAR | Acquisition.GOV. Defense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI), effective 1/17/2025, located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ Class Deviations, located at Class Deviations. This will be a 100% Small Business Set-Aside. The associated NAICS code is 238290 for Other Building Equipment Contractors and the Small Business Size Standard is $22M. FSC/PSC: J056 � MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities, and units of measure, inclusive of any applicable options: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001 Recurring Work 1 Task 0002 Non-Recurring Work 1 Task 0003 Recurring Work 1 Task 0004 Non-Recurring Work 1 Task 0005 Recurring Work 1 Task 0006 Non-Recurring Work 1 Task 0007 Recurring Work 1 Task 0008 Non-Recurring Work 1 Task 0009 Recurring Work 1 Task 0010 Non-Recurring Work 1 Task Description of Work: Recurring Work: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Preventive Maintenance and Repair Service for Automatic Doors at Naval Submarine Base New London, Groton, CT and its local tenant commands and activities. This is a performance-based contract comprised of both Recurring Service and Non-Recurring Service items. Non-Recurring Work: Provide all labor, management, supervision, tools, material and equipment and other items necessary to perform Emergency Automatic Door Maintenance & Repair Non-Recurring Services at Naval Submarine Base New London, Groton, CT and its local tenant commands and activities. Contract Term: This contract contains provisions for one Base Period and four Option Periods, not to exceed a total of 60 months. Period of Performance: The start and completion dates will be determined at time of award. Estimated Period of Performance is 1 May 2025 � 30 April 2026. Location: All work is primarily located at the Naval Submarine Base New London at Groton, CT. This includes local tenant commands and activities located off base. Other locations may be added. Work can be added for locations within the NAVFAC Mid-Atlantic Area of Responsibility (AOR). Should other areas be added it will be in accordance with FAR 52.212-4 via a bilateral modification to the contract. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. No addenda apply to this provision. The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is applicable to this solicitation. The following factors shall be used to evaluate offers: Price Corporate Experience Past Performance Experience and past performance, when combined, are approximately equal to price. The distinction between corporate experience and past performance is: corporate experience pertains to the types of work and volume of work completed by a contractor that are comparable to the types of work covered by this requirement, in terms of size, scope, and complexity; past performance relates to how well a contractor has performed. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. No addenda apply to this provision. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See attached document ""Combined_Synopsis-Solicitation (Doors)"" for full listing of the additional FAR clauses cited in the clause applicable to this acquisition. A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Any contract awarded as a result of this solicitation will be a DO-C3 rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. Proposal Due Date: Proposals are due no later than 10:00AM EST on 28 April 2025. Submitting Your Proposal: Proposals should be sent via email addressed to Kirsten Cohoon, kirsten.m.cohoon.civ@us.navy.mil Contracting Point(s) of Contact: Kirsten Cohoon Contract Specialist kirsten.m.cohoon.civ@us.navy.mil, Shawn Drake Contracting Officer shawn.a.drake3.civ@us.navy.mil Contracting Office Address: NAVFACSYSCOM MID-ATLANTIC PWD NEW LONDON BOX 400.BLDG 135 NAVAL SUBMARINE BASE NEW LONDON GROTON CT 06349-5026 ATTACHMENTS: 1 - 0100000 C General Information 2 - 0200000 C Management and Administration 3 - 0200000 F Management and Administration 4 - 0200000 J Management and Administration 4.1 - J-0200000-06 Quality Inspection and Surveillance 4.2 - J-0200000-07 Labor Summary Report 4.3 - J-0200000-08 ELINS 5 - 1502000 C Facility Investment 6 - 1502000 F Facility Investment 7.1 - 1502000 J Facility Investment 7.2 - J 1502000-02 BASE MAP 7.3 - J-0200000-07 Labor Summary Report 7.4 - J-1502000-05 Service Order Summary 7.5 - J-1502000-04 Maintenance Summary 8 - Functional Assessment Plan 9 - Question Sheet 10 - Corporate Experience 11 - Past Performance Questionnaire (PPQ) 12 - Limitations on Subcontracting 13 - Wages 14 - NEPA 15 - SUBASE General Requirements
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/307eee1a74c3460d8ce2d205bdd8da11/view)
- Place of Performance
- Address: Groton, CT 06349, USA
- Zip Code: 06349
- Country: USA
- Zip Code: 06349
- Record
- SN07418525-F 20250425/250423230049 (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 |