Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

J -- Crane Repair & Maintenance Services

Notice Date
9/11/2020 10:38:07 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0152
 
Response Due
9/23/2020 11:00:00 AM
 
Archive Date
11/01/2020
 
Point of Contact
SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N40085-20-R-0152 � CRANE MAINTENANCE AND REPAIR SERVICES, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY, VA BEACH, VA �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 firms with current relevant qualification, experience and the capability to provide Crane Maintenance And Repair Services.� 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 work performance-based contract is anticipated. The total contract term will be for a base period, and four, one-year option periods, which shall not exceed sixty months.� Source selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts at the Joint Expeditionary Base Little Creek and any location within a 50-mile radius of that location. General Work Requirements: The intent of 1700000 � BSVE, is to specify requirements to provide Crane Maintenance and Repair Services. The Contractor shall perform Crane Maintenance and Repair Service to include; inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses 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. The appropriate 485510 with a small business size standard of $16.5 million.� It is requested that interested parties submit a brief capabilities package, not to exceed ten pages in length that demonstrates the ability to provide the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis.� The documentation shall address, at a minimum, the following: Examples of projects worked within the last five (5) 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:� Crane Maintenance and Repair service contract(s) with a yearly value of at least $30,000.00 or greater for similar services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will Not be considered. Scope: �Demonstrate the ability to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide crane maintenance and repair support for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts at Joint Expeditionary Base Little Creek and any location within a 50-mile radius of that location. All maintenance and repair shall be performed by personnel trained by the OEM. � Complexity: Demonstrate the ability to provide personnel with the qualifications, technical knowledge, experience, and skills required for efficient maintenance, repair, and operations of 200-ton Manitowoc 777, SER 2, Crawler Cranes and Model 150C, Marine Travelifts. (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) Indicate if you are a Small Business, Small Disadvantaged Business, Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or 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 emailed to: susan.roberts2@navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on September 23, 2020. Questions regarding this sources sought notice may be sent via email to susan.roberts2@navy.mil , or via telephone at (757) 341-0091.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bb6bdc582c446e19f7911a7a836f195/view)
 
Place of Performance
Address: Virginia Beach, VA 23459, USA
Zip Code: 23459
Country: USA
 
Record
SN05795378-F 20200913/200911230154 (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.