SOURCES SOUGHT
Z -- TRAINING TANK MAINTENANCE AT NAS FORT WORTH JRB
- Notice Date
- 4/10/2015
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- N69450 NAVFAC Southeast, Fort Worth NAS JRB Fort Worth 1215 Depot Avenue Fort Worth, TX
- ZIP Code
- 00000
- Solicitation Number
- N6945015R3516
- Response Due
- 4/27/2015
- Archive Date
- 5/12/2015
- Point of Contact
- JEANNETTE SALE, 817-782-5274
- E-Mail Address
-
JEANNETTE.SALE@NAVY.MIL
(JEANNETTE.SALE@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR A FIRM FIXED PRICE SERVICES CONTRACT TO PROVIDE TRAINING TANK MAINTENANCE(SWIMMING POOL) LOCATED AT NAVAL AIR STATION FORT WORTH JOINT RESERVE BASE (JRB). This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The result of this market research will contribute to determining the method of procurement. The North American Industrial Classification System (NAICS) code for this potential procurement is 561790, Other Services to Buildings and Dwellings with a corresponding small business size standard of $7.5 million. Estimated contract value: Between $250,000 and $400,000. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Naval Facilities Engineering Command Southeast, Public Works Department, NAS Joint Reserve Base (JRB), Fort Worth, TX, is seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Economically Disadvantaged Woman Owned Small Business (EDWOSB) with self-performance experience in the types of work likely to be ordered on any potential procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. All firms are reminded that they must be registered in the System for Award Management (SAM) database to be eligible to receive any potential contract award. It is anticipated that the contract performance period will include a Base Year and four (4) One-Year Option periods. SCOPE OF WORK: The Contractor will perform pool operator maintenance and operations to ensure proper swimming pool operation during the year. The Operational Maintenance of pool will be conducted during twice a week service. The Contractor will maintain and operate assigned facilities and equipment to ensure proper condition and operation. Pool maintenance services shall be performed so as not to interfere with scheduled aquatic programs or use of the facilities. The contractor will use only chemicals that are recommended by equipment manufacturer and are compatible with the existing water treatment system and components. The Contractor will maintain and treat pool water and accomplish bacteriological and chemical analyses. Comply with NAVMED P-5010-4. The contractor will perform chemical balancing of chlorine, alkalinity, calcium and maintain the PH to provide clean and clear healthy water. Chlorine will be maintained between 1.0 and 3.0 PPM. Alkalninty will be balanced from 60 to 80 PPM. PH levels will be maintained between 7.2 to 8.0. Calcium hardness will be maintained to a minimum of 150.Shock treatments will be conducted as required to 10 PPM to maintain water quality. Contractor will perform surface skimming as necessary and vacuum pool bottom to remove foreign material. Contractor will add Chlorine Pulsar 4 Briquettes as part of injection system (Chlorinator). Government estimates approximately 100 chlorine 100-pound drums used annually. Add Muriatic Acid to pool injection system. Government estimates approximately 30, 1-gallon drums used annually. Contractor will maintain chlorinator to ensure proper operation. Check and clean all system inline filters to ensure clear of obstructions and clean. Perform PMI on circulating pumps. Perform main filter backwashing evolution as required by system pressure indicators or schedule. Contractor will perform skimming surface, brushing and vacuuming of pool bottom to ensure cleanliness. Contractor will perform Chlorine Shock Treatment with a Super Chlorinator as needed to maintain water quality. Government estimates approximately 75 pounds of Super Chlorinator annually. Contractor will be responsible for up to 6 (six) unscheduled, Government requested service calls per year for on demand, incidental treatment to pool. The duration of each service call will be up to 4 man hours. The Contractor will be responsible for all labor and material for this incidental treatment to pool. Contractor will be responsible for any other required incidental chemicals/cleaners required for pool operation. Some examples of these incidental cleaners/chemicals include but not limited to clarifiers or chemical test kits. The Contractor will safely operate pool. The Contractor will operate pools in an optimum manner to ensure service requirements are met. The Contractor shall inspect and maintain pool equipment to include any incidental repairs requiring no more than 15 minutes of labor. Contractor will furnish all material required for any incidental maintenance. Contractor will ensure pool heating system is functional. Contractor will ensure pool temperatures are maintained between 65F and 82F to prevent excessive chlorine burn off (per Navy Medicine Manual P5010 for swimming pools). Contractor will notify Contracting Officer of any equipment or pool systems that are in need of repairs that cannot be accomplished under incidental repairs. Contractor will be responsible for securing pool equipment as appropriate in the event extensive repairs are required beyond incidental repairs. The Contractor will clean pool area during twice a week servicing. Contractor will be responsible for cleaning immediate pool areas only (gutters, stainless trim, coping ¦). MWR personnel will be responsible for remainder of pool facility. The Contractor will be required to submit accurate and complete documents within the required timeframes. Responses to Sources Sought: INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN 2:00 P.M, (CST), 27 APRIL 2015 WITH THE FOLLOWING SUBMISSIONS VIA EMAIL TO jeannette.sale@navy.mil. Subject line of the email shall appear as follows: N69450-15-R-3516, Sources Sought Response - Training Tank Maintenance, NAS JRB Fort Worth, TX Request interested firms respond to this notice and provide the following: a. CAPABILITY STATEMENT. Copy of your most recent Capability Statement (including DUNS number, CAGE code, NAICS codes and Small Business certifications) detailing work performed in the last five (5) years to include projects that demonstrate recent Prime Contractor or indicate work performed as a subcontractor or teaming partner for projects you deem best represent your firms self-performance capabilities. b. PERCENT OF WORK the firm can commit to accomplishing services (not subcontracted) labor. c. STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within FEAD Fort Worth, to facilitate the decision making process and will not be disclosed outside of the organization. This does not constitute a request for proposal, request for quote or an invitation for bid. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467U/N6945015R3516/listing.html)
- Place of Performance
- Address: 1215 DEPOT AVENUE, FORT WORTH, TX
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN03696086-W 20150412/150410234508-21fab21b7916f08c2d89ae1dd03dcb38 (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 |