MODIFICATION
Z -- MAINTENANCE OF GREEN ROOF SYSTEMS
- Notice Date
- 3/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, PWD SEWELLS POINT FACILITIES ENGINEERING & ACQUISITION DIVISION DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Sewells Point, 9324 Virginia Av. Bldg Z140 Room Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008512R3548
- Response Due
- 4/11/2012
- Archive Date
- 4/26/2012
- Point of Contact
- Susan Ivey 757-341-0560 Erin Quimby erin.quimby@navy.mil 757-341-0622
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command, Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, Certified HUBZone Small Businesses, Certified 8(a) Small Disadvantaged Businesses, and/or Small Businesses with current qualifications, experience, personnel and capabilities to perform the proposed requirement. The requirement is to provide maintenance service to Government owned Green Roof Systems, located at buildings A-50 and LP-50, Naval Station Norfolk, Virginia. The two green roofs were installed by different contractors and the requirements to maintain the two roofs are different. Both roofs shall be maintained in accordance with the slightly more stringent maintenance requirement for Bldg A-50. This will be a Firm-Fixed Price contract with a base period and four, one-year option periods. The proposed contractor will provide sufficient material, labor, equipment, supervision and transportation to fulfill all requirements of the contract in accordance with industry standards. Maintenance coverage is required 365 days a year, 24 hours a day. The OEM Technical Specification (Bldg A-50) is the Basic Maintenance Plan for Roofmeadow Green Roof, 3 inch un-irrigated Type II. The OEM Technical Specification (Bldg LP-50) is Siplast Paragreen Vegetated Roof Systems. Contractor must contact Original Equipment Manufacturer (OEM) and submit their qualifications for acceptance as an OEM approved contractor or apply for the training needed to become a Roofmeadows approved contractor. All Service-Disabled Veteran-Owned Small Businesses, Certified HUBZone Small Businesses, Certified 8(a) Small Disadvantaged Businesses, and/or Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Servie Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Any and all qualified firms are encouraged to respond. The North American Industry Classification System (NAICS) Code for this solicitation is 561730 with a size standard of $7,000,000. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 4 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 4 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum the following: (1) Relevant Experience to include experience in performing efforts of similar value, size and scope within the last five (5) years including contracting number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the services described herein. Ensure this relevant experience includes examples of all work described in the project above. (2) Company profile to include: (a) Number of employees (b) Office location (c) DUNS Number (d) Cage Code (e) statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE NO LATER THAN 11 April 2012, NO LATER THAN 2:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. Packages may be sent electronically to susan.ivey@navy.mil or mailed to Susan Ivey, NAVFAC Mid-Atlantic, FEAD Norfolk, 9824 Virginia Avenue, Norfolk, Virginia 23511. Questions regarding this notice may be submitted to Susan Ivey at the e-mail address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470SP/N4008512R3548/listing.html)
- Place of Performance
- Address: Building A50 and LP-50 Naval Station Norfolk, VA, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02697052-W 20120316/120314235915-4c81d0ff9a51261cc3e0c7271f4868a3 (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 |