Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2013 FBO #4134
SOURCES SOUGHT

Z -- MAINTENANCE AND REPAIR OF POWER PLANT BOILERS AND ASSOCIATED SYSTEMS AT THE NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT

Notice Date
3/18/2013
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC New London Box 26 Naval Submarine Base - New London Groton, CT
 
ZIP Code
00000
 
Solicitation Number
N4008513B4615
 
Response Due
3/29/2013
 
Archive Date
4/13/2013
 
Point of Contact
Laura Chapman, Contract Specialist/ Small Business Specialist, 860-694-4528
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation 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, Public Works Department, Naval Submarine Base New London, Groton, CT is seeking a Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, Woman Owned Small Businesses, and/or certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. The proposed contract will be issued for a base period of 12 months with four 12-month options for a total term of 60 months beginning approximately 1 Dec 2013. The estimated cost range is between $1,000,000 and $5,000,000. The general scope of work is as follows: Provide all the necessary labor, equipment and materials and performance of all operations in connection with the following: Repairs and/or replacement of 6 psi steam valves through 900 psi steam valves; perform "R" stamp welding; With code required inspections and documentation resurfacing and welding of boiler hand-hole seats; refractory repair; boiler tube repair and replacement; 120 psi air system; 15 psi through 900 psi boiler water feed systems; steam and condensate piping systems; boiler certification; and other associated equipment and systems. This contract also contains provisions for the direct acquisition by the contractor of specialized sub contracting personnel which may be required to address deficiencies not directly related to boilers but are nonetheless integral components of the power plant and its mission. The areas which may require sub contracted services include but may not necessarily be limited to the pure water facility, screen house, NPDES monitoring systems, oily waste water treatment facility and other miscellaneous facilities or utilities associated with the power plant. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged 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. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in October 2013. The appropriate NAICS Code is NAICS 238220 and the small business size standard is $14,000,000. It is requested that interested parties submit a brief capabilities package. 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. Indicated 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. (2)Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity in excess of $5,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. 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 project. 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. Responses to this Sources Sought Notice shall be mailed to the following address: NAVFAC MIDLANT, Public Works Dept., Facilities Engineering & Acquisition Div., Naval Submarine Base New London, Box 26, Bldg 135, Groton, CT 06349. Responses must be received no later than 2:00 pm Eastern Standard Time on 29 March 2013.. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Laura Chapman, Contracting Officer, at the above address, via email at laura.chapman@navy.mil or via phone at 860-694-4528.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NL/N4008513B4615/listing.html)
 
Place of Performance
Address: NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT
Zip Code: 06349
 
Record
SN03014161-W 20130320/130318234929-817d61fa5f6adbd45589be16ff0bd0c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.