Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOURCES SOUGHT

J -- ELEVATOR MAINTENANCE, NAS MERIDIAN

Notice Date
8/7/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
N69450 NAVFAC Southeast, Meridian 229 Allen Road Bldg 427, NAS Meridian Meridian, MS
 
ZIP Code
00000
 
Solicitation Number
N6945018T7622
 
Response Due
8/17/2018
 
Archive Date
8/31/2018
 
Point of Contact
Jason Clayton
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation or specifications 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. Naval Facilities Engineering Command (NAVFAC), Southeast, PWD NAS Meridian, Facilities Engineering Acquisition Division, is seeking Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel and capability to perform a proposed contract. A Firm-Fixed Price, performance-based contract is anticipated, with pre-priced service calls to be funded at the time of award and to be utilized at the discretion of the Government. The total contract term, including the exercise of any options, shall not exceed thirty-six (36) months. Proposals are anticipated to be evaluated on a lowest price, technically capable basis. General Work Requirements: The Contractor shall furnish all labor, supervision, materials, supplies, equipment, tools, and transportation required for maintaining the subject elevators listed therein, seven elevators in all, in a continuously safe, reliable, and satisfactory operating condition and to perform all inspections and tests as required. All equipment shall be presumed to be in good and normal operating condition as prescribed applicable standards and in the Manufacturers Operating/Maintenance Manual. Prior to commencement of any work as required by these specifications, the Contractor shall perform a detailed inspection of all equipment in company with Government representatives and list all deficiencies found. The Contractor shall carry out a complete maintenance program for the elevators listed. The Contractor shall make monthly inspections and systematic examinations, make adjustments, and clean and lubricate elevators as required herein. Proposed schedules for maintenance shall be prepared by the Contractor and submitted to the Contracting Officer for approval. All work found to be necessary to maintain the elevators in good and normal operating conditions shall be performed by the Contractor and recorded. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses 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 or certified 8(a) Business is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS code is 238290, size standard $15 million. It is requested that interested parties submit a brief capabilities package, not to exceed five (5) pages. This capabilities package shall address, at a minimum, the following: (1) Examples of projects worked within the last five (5) years of similar size, scope and complexity as the work indicated. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), 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, or 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 proposed 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 emailed to the following address: jason.e.clayton@navy.mil Or hard copies to 427 Allen Road, Meridian MS 39309 ATTN: Jason Clayton Responses must be received no later than 4:00 PM Central Time on 17 August 2018. Electronic submission will be accepted. Questions regarding this Sources Sought Notice may be addressed to Jason Clayton at the above address and email at: jason.e.clayton@navy.mil, or via telephone at (601) 679-2510.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467P/N6945018T7622/listing.html)
 
Record
SN05024442-W 20180809/180807231406-75305de3ca07045fcd45e7f48326fead (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.