DOCUMENT
J -- REGIONAL MAINTENANCE OF EMERGENCY GENERATORS AND HVAC EQUIPMENT AT NAVAL STATION NORFOLK, NAVAL AIR STATION OCEANA, NAVAL WEAPONS STATION YORKTOWN, AND OTHER LOCATIONS IN THE HAMPTON ROADS AREA,VA - Attachment
- Notice Date
- 4/9/2014
- Notice Type
- Attachment
- 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
- Solicitation Number
- N4008514R8116
- Response Due
- 4/21/2014
- Archive Date
- 12/31/2014
- Point of Contact
- SL Rawls
- E-Mail Address
-
341-1648<br
- Small Business Set-Aside
- N/A
- Description
- REGIONAL MAINTENANCE OF EMERGENCY GENERATORS AND HVAC EQUIPMENT AT NAVAL STATION NORFOLK, NAVAL AIR STATION OCEANA, NAVAL WEAPONS STATION YORKTOWN, AND VARIOUS OTHER LOCATIONS IN THE HAMPTON ROADS AREA, VIRGINIA This Sources Sought Notice is a MARKET RESEARCH TOOL used to determine the availability, capability, and adequacy of potential firms to provide the services sought prior to determining the method of acquisition and issuance of any request for proposals (RFP). ALL SIZE FIRMS ARE ENCOURAGED TO RESPOND. 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. GENERAL REQUIREMENTS: Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic, is seeking qualified companies that can provide maintenance and repair services for emergency generators and HVAC (heating, ventilation, and air conditioning) systems at Naval Station, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Naval Weapons Station, Yorktown, Virginia, and various other locations at naval and Marine Corps installations in the Hampton Roads area. SPECIFIC REQUIREMENTS: The Contractor shall efficiently operate and maintain the Emergency Generators and Transmission and Distribution Systems to safely produce, transmit and distribute reliable electrical power such that all electrical requirements are continually met. The Contractor shall develop and implement an Integrated Maintenance Program (IMP) for the Emergency Generators and Transmission and Distribution Systems to ensure all equipment and components remain in optimum condition and sustain maximum life. The Contractor shall perform Preventive Maintenance (PM) on emergency generator systems to ensure proper operation, to minimize breakdowns, and to maximize useful life. The firm-fixed-price (FFP) work will consist of service calls, development and implementation of a PM program and full responsibility IMP, and other recurring services. The indefinite delivery / indefinite quantity work (IDIQ) work may provide for non-reoccurring services. The number of generators and equipment serviced under this contract varies per installation. See attachment for a sampling of generators and equipment that may be serviced under the proposed contract. NAICS CODE: 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, having a small business size standard of $7 million. CONTRACT TYPE: It is anticipated that a firm-fixed-price / indefinite delivery-indefinite quantity (FFP/IDIQ) type contract with a base period and four one-year options will be awarded. AWARD DATE: This office anticipates award of a contract for these services no later than 30 September 2014. SUBMITTAL REQUIREMENTS: It is requested that interested businesses capable of providing the services sought submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-sided, single-spaced, 12 point font minimum) demonstrating the 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. Respondents will not be notified of the results of the evaluation. The documentation shall address, at a minimum, the following: A. 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) Data Universal Numbering System (DUNS) number (5) Commercial and Government Entity (CAGE) code number (6) If applicable, Small Business designation/status (e.g., 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business, et cetera). B. RELEVANT EXPERIENCE in performing efforts of similar scope, scope, and complexity. The following Government or commercial information shall be provided for each of your relevant experiences: (1) Contract number and project title (2) Name of contracting activity (3) Primary Point of Contact for the project (e.g., Administrative Contracting Officer, Contracting Officer ™s Representative, or Technical Representative). Provide name, telephone number and email address for point of contact. (4) Indication of whether your firm acted as the prime contractor or was a subcontractor (5) Contract period of performance and contract value (6) Brief summary of work performed and how it relates to the technical services sought by this Request for Information DUE DATE: Interested parties should send their Capabilities Statement Package by 2:00 PM (EST) on MONDAY, APRIL 21, 2014 to the Hampton Roads IPT Acquisition Office. Late responses will not be accepted. Electronic submissions will not be accepted. The Capabilities Statement Package shall be sent by mail or hand-carried to the Hampton Roads IPT Acquisition Office: Attn: SL Rawls, Bldg. Z-140, Room 225 Commander Officer NAVFAC MIDLANT 9742 Maryland Avenue Norfolk, VA 23511-3015 Questions or comments regarding this notice may be addressed in writing to Contract Specialist SL Rawls via email at SL.Rawls@navy.mil. NOTE: The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101 and the Government is not requesting offers or proposals at this time. This is a Request for Information and does not constitute a solicitation or request for proposal. Any responses to this Request for Information received by the Government will not be accepted to form a binding contract. This is a market survey for planning purposes and no award will be made as a result of this Sources Sought Notice. If a solicitation is issued, the Government does not guarantee that it will be issued to Request for Information respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the Request for Information. Funding is not available for any information or proposals submitted. Submitting information does not bind the Government for any future contracts resulting from this Request for Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R8116/listing.html)
- Document(s)
- Attachment
- File Name: N4008514R8116_N40085-14-R-8116_Emg_Gen-HVAC_-_SAMPLING_OF_GENERATORS_04-09-2014.pdf (https://www.neco.navy.mil/synopsis_file/N4008514R8116_N40085-14-R-8116_Emg_Gen-HVAC_-_SAMPLING_OF_GENERATORS_04-09-2014.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008514R8116_N40085-14-R-8116_Emg_Gen-HVAC_-_SAMPLING_OF_GENERATORS_04-09-2014.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008514R8116_N40085-14-R-8116_Emg_Gen-HVAC_-_SAMPLING_OF_GENERATORS_04-09-2014.pdf (https://www.neco.navy.mil/synopsis_file/N4008514R8116_N40085-14-R-8116_Emg_Gen-HVAC_-_SAMPLING_OF_GENERATORS_04-09-2014.pdf)
- Place of Performance
- Address: Hampton Roads Area, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03333706-W 20140411/140410021029-d9e5aa26f16e71e54a46e8bb13aac9a5 (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 |