Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2019 FBO #6382
SOLICITATION NOTICE

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

Notice Date
5/13/2019
 
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
 
Point of Contact
Malita Smith 757-341-1972
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Performance-Based Facility Support Service Type Contract, with Recurring and Non-Recurring Services at Marine Corp Air Station (MCAS) Cherry Point, North Carolina. 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 The work identified is to be provided by means of a Performance-Based Facility Support Service Type Contract, with Recurring and Non-Recurring Services. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 “ Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Management Approach, Factor 2 “ Recent, Relevant Experience of the Firm, Factor 3 “ Safety and Factor 4 “ Past Performance. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A maintenance service contract with a yearly value of at least $3M or greater for Recurring services. Non-Recurring 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. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210, the size standard is $38.5M. The proposed procurement listed herein is 100% set-aside for Service Disabled Veteran Owned Small Businesses. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO), and Federal Business Opportunities (FBO) websites on or about 29 May 2019. The estimated proposal due date shall be at least 30 days after the RFP is posted. Contractors - Technical inquiries must be submitted in writing to Malita Smith(malita.smith@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-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
SN05309077-F 20190515/190513230009 (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.