SOURCES SOUGHT
J -- Crane Maintenance and Repair
- Notice Date
- 4/24/2025 9:02:03 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2682
- Response Due
- 5/5/2025 12:00:00 PM
- Archive Date
- 04/24/2026
- Point of Contact
- SHEENA LASSITER, Phone: 7573410905
- E-Mail Address
-
sheena.lassiter@navy.mil
(sheena.lassiter@navy.mil)
- 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 Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, 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 Base Support, Indefinite Delivery, Indefinite Quantity (IDIQ), contract with non-recurring work service is anticipated. The total contract term including the exercise of any options, shall not exceed 66 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 Crane and Equipment Repair Services at Naval Station Norfolk, Norfolk, Virginia and Other Areas of Responsibility (AOR). General Work Requirements: Annex 1700000 Base Support Vehicles and EquipmentThe Contractor shall provide all labor, supervision, management, tools, materials and equipment required to perform: Crane and Equipment Maintenance and Repairs, Non-Destructive Testing (NDT), Machining Metal or Plastic, Surface Preparation and Painting, Laser Alignment and Vibration Analysis, Electric Motor Repair/Rebuild, Hydraulic Motor Pumps and Cylinder Repair/Rebuild, Electrical/Software Troubleshooting, Electrical and Mechanical.All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, 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 811310, size standard $12.5 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 projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. 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/Scope/Complexity: Experience providing labor, management, supervision, tools, material, and equipment required to perform crane and equipment repair services as defined in the RFP. The Offeror shall demonstrate the required experience totaling at least $100,000.00, either on one contract or collectively over multiple contracts, over the past five years. (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 sheena.l.lassiter.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 05 May 2025. Questions regarding this sources sought notice may be emailed to Sheena Lassiter at sheena.l.lassiter.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a428c88f1e5e4de0a9593b28f4951482/view)
- Place of Performance
- Address: 23511
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN07421293-F 20250426/250424230054 (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 |