Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2013 FBO #4373
SOURCES SOUGHT

S -- CLASS III EQUIPMENT

Notice Date
11/12/2013
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008514R8100
 
Response Due
11/25/2013
 
Archive Date
12/31/2014
 
Point of Contact
SL Rawls
 
E-Mail Address
ls@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for determining whether to set-aside the requirement for small businesses. 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, specification 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 Request for Proposals (RFP). Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing PREVENTATIVE MAINTENANCE AND CORRECTIVE MANAGEMENT PROGRAM (PM/CMP) FOR CLASS III TRAINING SUPPORT EQUIPMENT FOR THE CENTER FOR SURFACE COMBAT SYSTEMS at Various Locations in the Hampton Roads Area, Virginia. Naval Facilities Engineering Command Mid-Atlantic is seeking certified Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(m) Women-Owned Small Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform this proposed requirement. All certified Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(m) Women-Owned Small 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 the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a Service-Disabled Veteran-Owned, HUBZone, 8(a), or 8(m) Women-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. ONLY ONE CONTRACT WILL BE AWARDED TO COVER ALL HAMPTON ROADS SITES. REQUIREMENT: The contractor shall provide labor, materials, engineering, subcontracting, tools, equipment, transportation, supervision, and other direct costs required to support the Class III equipment supporting training equipment for Center for Surface Combat System (CSCS) in various buildings at Naval Station, Norfolk, Virginia, Naval Air Station Oceana Dam Neck Annex, Virginia Beach, Virginia, and Joint Expeditionary Base, Little Creek-Fort Story, Virginia Beach, Virginia, The contractor shall support the operation, installation, modification, repair, maintain, and re-engineering of the technical support equipment identified in the equipment database. The work shall include Technical Equipment support equipment involved with heating, ventilating, air conditioning, chilled water, compressed air, 400 Hz converters, and control systems. This work includes handling of trouble calls, recurring services such as minor repairs to support equipment, treatment of chilled water systems, start-up and shut-down of equipment, and periodic operational checks, as well as major repairs, modifications, installations, and re-engineering or analysis. The task shall extend for a continuous period throughout the duration of this contract. Preventative Maintenance Services include the following: -Inspection -Routine Service Calls -Emergency Service Calls -Repairs -Modifications OTHER CONDITIONS/REQUIREMENTS: Security Clearances. The Contractor shall obtain all required corporate and personnel Security Clearances prior to commencement of work. The Contractor shall ensure that a list of all personnel with Security Clearances is maintained current, including clearances that are pending. A Facility Clearance is required for this contract. The contractor shall furnish the information required on the DD Form 254, Contract Security Classification Specification Form, and any information required by Defense Industrial Security Clearance Office (DISCO) to process this clearance. The This will be a combination Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract. The proposed requirement would be for a base period with four (4) one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated contract award date for these services is February 28, 2014. The North American Industry Classification Standard (NAICS) code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $7 million. SUBMITTAL REQUIRMENTS: It is requested that interested businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single-sided, 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 TEN (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, at 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) if any, Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc.); (5) DUNS number; and (6) CAGE Code. - RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) 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 Contracting Officer's name, telephone number and email address; (4) Contracting Officer Technical Representative ™s (COTR ™s) or primary point of contact ™s telephone number and email address; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract period of performance and contract value; and (7) Brief summary of work performed and how it relates to the technical services described herein. RESPONSES ARE DUE NO LATER THAN 4:00 PM EASTERN STANDARD TIME (EST) ON MONDAY, NOVEMBER 25 2013. LATE RESPONSES WILL NOT BE ACCEPTED. ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. The package shall be sent by mail or hand carried to: Commander Naval Facilities Engineering Command Mid-Atlantic Hampton Roads IPT, Acquisitions Office 9742 Maryland Avenue Bldg. Z-140, Room 225 Norfolk, VA 23511-3015 Attn: SL Rawls. Questions or comments regarding this notice may be addressed in writing to SL Rawls via email at SL.Rawls@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R8100/listing.html)
 
Place of Performance
Address: Hampton Roads Area, Norfolk, VA
Zip Code: 23511
 
Record
SN03232044-W 20131114/131112233921-4d34cd188201f3a702fe314250b6c486 (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.