Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2019 FBO #6321
SOURCES SOUGHT

Z -- Facility Support Services Contract for Marine Corps Air Station, Cherry Point, NC

Notice Date
3/13/2019
 
Notice Type
Synopsis
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9134
 
Response Due
3/28/2019
 
Archive Date
12/31/2019
 
Point of Contact
Malita Smith, 757-341-1972
 
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, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for facilities, ground structures, and installed equipment and systems at Marine Corp Air Station (MCAS) Cherry Point North Carolina and outlying fields Bogue, Atlantic, Bt 11 and Bt 9. Bt 11 and Bt 9 are islands located in the Pamlico Sound, which is accessible only by boat. General Work Requirements: The contractor shall provide facilities support services that include, but not limited to: 1. Service Order response 2. HVAC Water Testing and Treatment Services 3. Boilers and Unfired Pressure Vessels (UPVs), Boiler Plant Controls 4. Boiler Water Testing and Treatment Services 5. Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems 6. Gaylord/Ansul Hoods and Ducts Systems 7. Vertical Transportation Equipment (VTE) 8. Medical Gas Delivery System 9. AV8B Engine Test Cell 10. Annual Cleaning of Hangar Floors 11. Actuator Valves 12. Paint Stripping Booth Equipment 13. Reverse Osmosis 14. Ultra-Violet System 15. Compressed Air Systems Atlas Copco 16. United Blowers, Scale Calibration 17. Turnstile and Gate Maintenance 18. Flow Meter Calibration 19. Tool Calibration, (including High Voltage tools) 20. Inspection of Elevated Potable Water Tanks 21. Inspection of Cathodic Protection Systems 22. Certification and Calibration of Parshall Flumes 23. Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors 24. Calibration, and Certification Gas Monitoring System IWTP B-4380, 25. VTE Certification Support, Grease Traps 26. Sewage Plant Sludge Removal and Land Application, 27. Alkaline Stabilizing and Stabilized Liquid Sludge, 28. Port-A-John Service, 29. Sealed Vault Toilet/Septic Tanks, and 30. Pond Maintenance Aquatic Weed Fisheries Management All Large Business, 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. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561210. 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. Size: A maintenance service contract with a yearly value of at least $3M or greater per year for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide maintenance and repair services to a wide variety of systems and equipment, including but not limited to Herbicide application, Emergency, Urgent, and routine trouble call response, Sub Surface Utility Locating and Marking, HVAC and Boiler Water Testing and Treatment Services, maintenance of the following: controls for Boilers and Unfired Pressure Vessels (UPVs), CO2 Fire Suppression Systems and Gaylord/Ansul Hoods and Ducts, Vertical Transportation Equipment (VTE), Medical Gas components and associated equipment, AV8B Engine Test Stands, Biological Nutrient Removal (BNR) Actuator Valves, Paint Stripping Booth Equipment, Reverse Osmosis Systems, Ultra-Violet System, Hangar Floors, Compressed Air Systems, Grease Traps, Port-A-John Service, Sealed Vault Toilet/Septic Tanks. In addition, the following services are required Sewage Plant Sludge Removal and Land Application, Pond Aquatic Weed and Fisheries Management as defined by the RFP. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of equipment, and systems at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (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 Large Business, 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 Attn: Malita Smith (Contracts - ACQ31) 9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216 Norfolk, VA 23511 Responses must be received no later than 2:00 PM Eastern Standard Time on March 28, 2019. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Malita Smith at the above address and email at malita.smith@navy.mil, or via telephone at (757) 341-1972. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9134/listing.html)
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, NC
Zip Code: 28533
Country: US
 
Record
SN05248377-F 20190315/190313230045 (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.