SOURCES SOUGHT
J -- HVAC CHEMICAL TREATMENT SERVICES
- Notice Date
- 12/15/2011
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008511R0067
- Response Due
- 1/13/2012
- Archive Date
- 1/31/2012
- Point of Contact
- Shawna Mitchell (757)341-1649
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing HVAC CHEMICAL TREATMENT SERVICES. The work is primarily located at Naval Station Norfolk, Norfolk, Virginia; however, additional services for sites located within a 50 mile radius of Naval Station Norfolk may be added. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, and Small 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. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a 8(a), HUBZone Small Business or Service Disabled Veteran Owned 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. The successful contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide HVAC Chemical Treatment services to include development and implementation of a HVAC Water Testing and Treatment program for Water-Cooled Chiller/Closed Loop Systems and Water Cooling Towers, as well as the development and implementation of a Boiler Water Testing and Treatment Program. In addition, the Contractor shall develop, implement, and execute a Maintenance Program, Inspection, Testing, Certification Program, and Other Recurring Service Programs to maintain and repair installed equipment and systems. The Contractor shall perform maintenance and incidental repairs for installed equipment and systems to ensure proper operation, to minimize breakdowns, and to maximize useful life. The Contractor shall develop and furnish a chemistry control manual that is designed specifically for the facility(s) covered under this contract. A combination Firm Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or by issuance of a Task Order, on a need basis. The IDIQ order will specify the exact locations and types of work to be accomplished. The anticipated contract award date for these services is 15 May 2012. The North American Industry Classification Standard (NAICS) code for this procurement is 238220-Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $14 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following: COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last three (3) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer ™s Name, Telephone Number and Email; (4) Contracting Officer ™s Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. RESPONSES ARE DUE NLT 13 JAN 2012 AT 3:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO: Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742 Maryland Avenue, BLDG Z-140, Room 219, Norfolk, Virginia 23511; ATTN: Shawna Mitchell ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Shawna Mitchell via email at shawna.mitchell@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0067/listing.html)
- Record
- SN02640356-W 20111217/111215234917-e995a1af4997d3054f393d61ee4ed45e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |