SOURCES SOUGHT
Z -- Fire Protection and Utility Distribution Systems Service at Naval Weapons Station Earle, New Jersey
- Notice Date
- 11/24/2015
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008516R6118
- Response Due
- 12/8/2015
- Archive Date
- 12/23/2015
- Point of Contact
- Sidnia Finke, sidnia.finke@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. 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 (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. NAVFAC MIDLANT, anticipates awarding an Indefinite Delivery, Indefinite Quantity contract with both Recurring and Non-Recurring Services. The total contract will be a base period of one year and four one-year option periods. The contract term shall not exceed 60 months. Source Selection procedures will be used to select the proposal that provides best value to the Government. The procurement method is anticipated to be Contracting by Negotiation (Far Part 15). General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials and equipment to provide preventive maintenance and repair for Naval Weapons Station Earle ™s (NWSE) Fire Protection and Utility Distribution Systems. The contractor shall be able to perform preventive maintenance, service calls, repairs, alterations, improvements, inspections and certifications for both NWSE ™s Fire Protection Systems (fire suppression and sprinkler system) and the Utility Distribution Systems (potable water, sanitary/sewage systems). The Fire Protection Systems are station wide and the Utility Distribution Systems is on the Pier Complex. The scope is all encompassing and includes but is not limited to all related electronic, piping and mechanical systems (interior and exterior), in buildings, and on grounds and roadways (both above ground and underground). All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) 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 Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 238990, and the annual size standard if $15,000,000.00. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. 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. Knowledge of the state regulations within the AOR. Indicate 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 offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. 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 contract. 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: Commander, NAVFAC Mid-Atlantic, Acquisition Core, 9324 Virginia Avenue, Bldg. Z140, 1st Floor, Suite 114 Attn: Sidnia E. Finke Norfolk, VA 23511 Responses must be received no later than 2:00 pm Eastern Standard Time on December 8, 2015. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Sidnia E. Finke at the above address and email at sidnia.finke@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R6118/listing.html)
- Record
- SN03954516-W 20151126/151124235156-495820a92dde50b3273291a492061423 (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 |