Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

99 -- Procure, renovate, repower, overhaul, and/or repair different power systems within its fleet of power equipment at Port Hueneme, CA.

Notice Date
11/7/2018
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943018R2044
 
Response Due
11/23/2018
 
Archive Date
12/14/2018
 
Point of Contact
Kelly McCabe 8059821911
 
E-Mail Address
Kelly McCabe
(kelly.r.mccabe@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE. NAVFAC EXWC has a requirement to procure, renovate, repower, overhaul, and/or repair different power systems within its fleet of power equipment at Port Hueneme, CA. This procurement is for an Indefinite Quantity Indefinite Delivery (IDIQ), fixed-price, contract (single award) to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. This is an IDIQ contract with pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to inform potential Small Business offerors for a Mobile Utilities Support Equipment (MUSE) Power Systems Contract IDIQ Contract. Based on the responses to Sources Sought Notice N3943018RMUSE dated 4 October 2017, and other informal market research, the Government has determined that there is an adequate number of qualified Small Businesses expressing interest. The requirement includes, but is not limited to: procure, renovate, repower, overhaul, and/or repair different power systems within its fleet of power equipment. Equipment includes but is not limited to power plants that range from 800kW to 2500kW and substations from 1500kVA to 5000kVA. Completed work shall provide a professional appearance, reliable operation at rated capacity, structural integrity, corrosion control, UL listed, tested, third party certified or recognized code compliant. The majority of tasks under this requirement are sensitive to National Security. Department of Defense œSecret  level security clearances are required for working at some government/military facilities. The contractor shall provide personnel who meet security requirements. All contractor employees and sub-contractors working on project sites are required to be US citizens in good standing with clean records. Many locations require all employees working on-site to pass a background investigation (e.g., check of National Law Enforcement data bases, interviews, etc.) before being granted site access. Specific security instructions will be provided in a DD 254 with the solicitation. Compliance with security requirement will be evaluated on a pass/fail basis as a condition of eligibility for award. The proposed contract is limited to qualifying Small Business firms. The Government will not consider offers from other than Small Business firms. The North American Industrial Classification Code (NAICS) is 335312 with a size standard of 1250 employees. The period of performance for this requirement will consist of a five (5) year ordering period for a total of sixty (60) month ordering period. The total maximum value for the base period and all options (the aggregate total of all IDIQ task orders awarded) resulting from this RFP shall not exceed $65,000,000.00. The Government intends to evaluate proposals and award contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 “ Technical Approach; Factor 2 “ Management Approach; Factor 3 “ Safety; Factor 4 “ Past Performance; Factor 5 “ Cost and Price. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. The solicitation will be available in electronic format only. The RFP will be posted on the website at https://www.neco.navy.mil on or about 20 August 2018. No hard copies will be provided. It is the contractor ™s responsibility to check the website for any and all amendments to the solicitation. All prospective offerors must be actively registered in the System for Award Management (SAM) at https://sam.gov Please reference Sources Sought Notification N3643018RMUSE for previous historical information. Any questions provided against this pre-solicitation notice will not be answered during the pre-solicitation phase of the acquisition process. If after reviewing the solicitation when issued, your question still requires an answer, you may submit your written questions once again; along with any other questions you may have. During the solicitation phase, your questions will be answered via amendment to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dab54578dd0ac39afd8ecffb7555a38c)
 
Record
SN05146548-W 20181109/181107230902-dab54578dd0ac39afd8ecffb7555a38c (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  © 1994-2020, Loren Data Corp.