Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2019 SAM #6567
SOURCES SOUGHT

J -- Specialized Boiler Maintenance, Inspection & Certification Services

Notice Date
11/20/2019 12:37:27 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374 USA
 
ZIP Code
20374
 
Solicitation Number
N4008020Q7007
 
Response Due
11/29/2019 12:30:00 PM
 
Archive Date
12/14/2019
 
Point of Contact
Ana Marie Pagulayan
 
E-Mail Address
ana-marie.pagulayan@navy.mil
(ana-marie.pagulayan@navy.mil)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCMENT. The Naval Facilities Engineering Command, Washington; Joint Base Anacostia-Bolling Public Works Department is seeking eligible small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing: Specialized Boiler Maintenance, Inspection & Certification Services, Joint Base Anacostia-Bolling (JBAB), Washington, DC 20032. This Sources Sought Notice is to determine whether a set-aside acquisition in lieu of unrestricted, full, and open competition is in the Government’s best interest. This market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice, or to provide any follow-up information requested. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. Large business submittals will not be considered.The intent of this project is to provide specialized maintenance, inspections, periodic certifications, and required repairs to certain boilers on Joint Base Anacostia-Bolling. Contractors providing inspections, certifications, and unfired pressure vessels shall be trained and certified by any political subdivision (such as state, province, territory, county, or city) of the United States or Canada that is a member of the NBBI. Contractors shall perform work for boiler and Unfired Pressure Vessel (UPV) inspections in accordance with UFC 3-430-07, United Facilities Criteria (UFC) Operations and Maintenance Inspection and Certification of Boilers and Unfired Pressure Vessels, UFC 3.430-07, 24 July 2003 including Change 4, 24 March 2014. Proof of current certification with expiration date required. In accordance with FAR 36.204(d), the magnitude of this maintenance contract is between $1,000,000 and $4,000,000. All small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses that are capable of self-performing this work are encouraged to respond. Teaming arrangements are allowed, but must show where skills are being learned by the small business; and the small business will take over self-performing the work within the first 2 years of the project. The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) maintenance services contract for a Base year and four (4) 1-year options. It is requested that interested small businesses submit a brief capabilities statement package (no more than 3 pages in length, singled-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: Company profile to include number of employees, office location(s), DUNS number, Cage Code, Vets Form 4212 and statement regarding small business designation and status. Relevant Experience of the Prime Contractor, for only five (5) completed projects, to include experience in self-performing efforts of similar size and/or scope that involved the maintenance, inspection, repair and certification of boilers within the last five (5) years. Details should include the contract number, indication of whether a prime or subcontractor, contract value, a brief description of the scope performed, and a Government/Agency point of contact with a current telephone number. Statement regarding Bonding Capabilities. Provide single project and aggregate capabilities. The package can be submitted electronically to Ana Marie Pagulayan at ana-marie.pagulayan@navy.mil no later than 12:00 PM EST on Friday, 29 November 2019. Questions or comments regarding this notice may be addressed to Ana Marie Pagulayan, (202) 404-6943. **Note: All previous versions of this Sources Sought are cancelled.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e223efa18e09438bb2373ec1a9e8424c/view)
 
Place of Performance
Address: 5100, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05500038-F 20191122/191122043511 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.