Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOURCES SOUGHT

S -- CONSOLIDATED FACILITY INVESTMENT, GROUNDS MAINTENANCE, CUSTODIAL AND INTEGRATED SOLID WASTE MANAGEMENT SERVICES AT WISCONSIN AND ILLINOIS NOSC AREA OF RESPONSIBILITY.

Notice Date
7/14/2020 12:37:44 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0127
 
Response Due
7/24/2020 11:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Jurmin Francis-Ross, Phone: 7573411673
 
E-Mail Address
jurmin.francis-ross@navy.mil
(jurmin.francis-ross@navy.mil)
 
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 small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Acquisition is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. 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 Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring services 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, materials and equipment required to perform (1) HVAC and related Facility Investment Preventative Maintenance (PM) including Fire Protection PM and certifications. Also will be Oil Water Separator Maintenance and sludge removal from wells; (2) Custodial Services; (3) Pest Control Services; (4 )Solid Waste Management Services (5) Landscaping and Ground Maintenance Services; (6) Pavement Clearance and Deicing Service; (7) Provide heating propane for Marines Vehicle Maintenance Building (VMF) in Green Bay WI., Building 101. General Work Requirements: Facility Investment Services The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following:� Building and Structures:� Interior and exterior finishes/drywall/painting, flooring and tile work, Roofing, Foundation, and Structural Components. Building Systems: �HVAC, Fire Protection, Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Boilers, Electric Gate and Openers, Roofing (minor to moderate repair) compressed Air Systems and Lightening Arrestors and Grounding Devices. Miscellaneous: Fences, Locksmith and door hardware repair, Drainage Systems, Monuments, Flag Poles, Window repairs, Minor Concrete, Cabinet replacement/countertops, Light excavation, boring, directional boring and trenching, � Roads and Paved Surfaces: Curbs, Sidewalks, Parking Lots, Drainage Systems.� Grounds Maintenance and Landscaping The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide grounds maintenance and landscaping services. Grounds Maintenance and Landscaping is to specify the requirements for Grounds Maintenance and Landscaping services only. Grounds Maintenance and Landscaping consists mainly of services that ensure the all of the grounds are maintained to the specified COL�s. Grounds Maintenance and Landscaping include but are not limited to: grass cutting, tree trimming, edging, debris pickup, perimeter fence clearing, storm drainage systems, bush and shrub trimming, and fertilizations. Propane Gas Support The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to supply and install one (1) 500-gallon propane tank with periodic refueling. . The Contractor shall furnish all labor, transportation, equipment, materials, supplies, permits, licenses and supervision needed to perform propane services, installation, maintenance, certifications and support. Pest Control Services The Contractor shall provide pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control nuisance, structure damaging, disease vector, health arthropod and invertebrate pests:� cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes and bedbugs.� Vertebrate pests:� mice, rats, bats, other nuisance mammals, pigeons and other nuisance birds.� � Integrated Solid Waste Management The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform refuse collection, disposal and recycling services to ensure refuse and recyclables are properly collected and disposed. All 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, which has a size standard $41.5M. �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 Area of Responsibility (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 $1.3M or greater for recurring services.� Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment to perform HVAC Facility Investment Preventative Maintenance(PM) including Fire Protection PM certifications, Services, Oil Water Separator Maintenance, Custodial Services, Pest Control Services, Landscaping and Grounds Maintenance Services and other services as defined by the RFP.� Complexity:� Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for 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), available bonding capacity, DUNS number, and CAGE Code. � (3)� Indicate if you are a 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 received by electronic submission to Jurmin Francis-Ross at jurmin.francis-ross@navy.mil no later than 2:00 PM Eastern Standard Time on 24 July 2020.� Questions regarding this sources sought notice may be emailed to the above email address or via telephone at: 757-341-1673.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7203733320f34ce89a7516b332bf61ba/view)
 
Place of Performance
Address: Great Lakes, IL 60088, USA
Zip Code: 60088
Country: USA
 
Record
SN05721084-F 20200716/200714230202 (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.