Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2016 FBO #5422
SOURCES SOUGHT

S -- Maintenance for Electrical Receiving and Distribution Systems and Facilities, Supervisory Control and Data Acquisition System, and Direct Digital Control System for NAF Atsugi, Japan

Notice Date
9/25/2016
 
Notice Type
Sources Sought
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
N40084 NAVFAC FAR EAST, FEAD ATSUGI PSC 477, Box 15, FPO AP 96306-0001 Mubanchi Oogami, Ayase Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008416R87XA
 
Response Due
10/24/2016
 
Archive Date
11/8/2016
 
Point of Contact
Ms. Miki Masuda, Contract Specialist Naval Facilities Engineering Command,
 
E-Mail Address
:
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. The U.S. Government will not offer United States Official Contractor status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this sources sought; nor will the U.S. Government certify any employees of a contractor as Members of the Civilian Component under Article I(b) of the SOFA. NAVFAC Far East is seeking eligible business firms capable of providing the maintenance services for following facilities and systems; Electrical Receiving and Distribution Systems and Facilities Supervisory Control and Data Acquisition (SCADA) System Direct Digital Control (DDC) System at Naval Air Facility (NAF) Atsugi, Japan. The NAICS code for this proposed procurement is 221122. If the solicitation is issued, the solicitation will consist of a base period and seven (7) options totaling eight (8) years of performance. == SCOPE OF WORK == The Contractor shall provide services of maintenance, inspection and repair for equipment and systems installed in facilities of NAF Atsugi. Following a) to c) are subject to the systems of services provided under the contract. Note that the work for a) is expected to start form 2019. a)Electrical Receiving and Distribution System and Facilities The Contractor shall efficiently maintain, repair, and alter the equipment and systems installed in all of the following electrical facilities to safely produce, transmit and distribute reliable electrical power to ensure all electrical requirements are continually met and to ensure they are fully functional and in normal working condition. Main Electrical Substation 60 Hz Power Plant (Frequency Converter) Secondary Substations (Mainly, Cubicle type and Electrical Room in the building; approx.110-120 locations) The Contractor shall develop, implement, and execute a Service Order and Preventive Maintenance (PM) program to maintain and repair installed equipment and systems of all above electrical facilities. The Contractor shall perform Service Order work in a timely manner depending on the order category (i.e., Emergency Service Order, Urgent Service Order, or Routine Service Order) and ensure facilities, and installed equipment and systems are restored to a safe, normal working condition and function properly. The Contractor shall perform PM work in accordance with the Contractor PM program and work schedule. The Contractor shall prepare, submit and maintain all maintenance, repair, and alteration reports, data and warranty records in timely and quality manner. Presentation based on the PM is provided to the Government. The Contractor shall perform non-recurring task order work which may be ordered by the Government as separate work item or in combinations of the items. b)Supervisory Control and Data Acquisition (SCADA) System The Contractor shall maintain, repair, and alter equipment and systems installed in all of the following utilities facilities to ensure they are fully functional and in normal working condition. Boiler Facility (Main Boiler and subsidiary three (3) locations at East area) Water Treatment Facility (with deep wells at three (3) locations) Sewage Facility UEM Main Office The Contractor shall develop, implement, and execute a Service Order and Preventive Maintenance (PM) program to maintain and repair installed equipment and systems of all above utilities facilities. The Contractor shall perform Service Order work in a timely manner depending on the order category (i.e., Emergency Service Order, Urgent Service Order, or Routine Service Order) and ensure installed equipment and systems are restored to a safe, normal working condition and function properly. The Contractor shall perform PM work in accordance with the Contractor PM program and work schedule. The Contractor shall prepare, submit and maintain all maintenance, repair, and alteration reports, data and warranty records in timely and quality manner. Presentation based on the PM is provided to the Government. The Contractor shall perform non-recurring task order work which may be ordered by the Government as separate work item or in combinations of the items. c)Direct Digital Control (DDC) System (for HVAC) The Contractor shall maintain, repair, and alter equipment and systems installed in the simulator facility to ensure they are fully functional and in normal working condition. The Contractor shall develop, implement, and execute a Service Order and Preventive Maintenance (PM) program to maintain and repair installed equipment and systems of above facility. The Contractor shall perform Service Order work in a timely manner depending on the order category (i.e., Emergency Service Order, Urgent Service Order, or Routine Service Order) and ensure installed equipment and systems are restored to a safe, normal working condition and function properly. The Contractor shall perform PM work in accordance with the Contractor s PM program and work schedule. Then Contractor shall prepare, submit and maintain all maintenance, repair, and alternation reports, data and warranty records in timely and quality manner. Presentation based on the PM is provided to the Government. The Contractor shall perform non-recurring task order work which may be ordered by the Government as separate work item or in combinations of the items. ==== The successful contractor to any forthcoming solicitation shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services at NAF Atsugi, Japan. The preponderance of the work under this contract shall involve the accomplishment of work in the major categories, included but not limited to in the Performance Work Statement (PWS). Statement of Capabilities Submittal Requirements: Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above. The Statement of Capability (SOC) will determine the feasibility and/or basis for the decision of the Navy to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the ability of the firm of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Name of Administrative Contracting Officer, current telephone number; d) Technical Representative of Contracting Officer or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work. I) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The SOC must be complete and sufficiently detailed to allow for a determination of the qualifications of the firm to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on 24 October 2016, by 4:00 PM Japan Standard Time (JST). The package shall be sent either by delivery mail service (Takuhaibin who has a gate access pass to Naval Air Facility Atsugi) to the following address: Naval Facilities Engineering Command, Far East, ACQ, (ATTN: Ms. Miki Masuda) PSC 477, Box 15, FPO AP 96306-1215, BLDG 89, 1st Floor or electronically to miki.masuda.ja@fe.navy.mil. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Miki Masuda either by e-mail miki.masuda.ja@fe.navy.mil or by telephone 011-81-467-63-2545.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084F/N4008416R87XA/listing.html)
 
Record
SN04286892-W 20160927/160925233123-9b9df842553717811a904955eee2c258 (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.