Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOURCES SOUGHT

J -- Equipment Operation and Maintenance for the Central Energy Building, Naval Health Clinic, MCAS Cherry Point NC

Notice Date
12/7/2020 9:10:16 AM
 
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
N4008521R0036
 
Response Due
12/21/2020 12:00:00 AM
 
Archive Date
01/05/2021
 
Point of Contact
Kimberly Lacy, Phone: 2524664751, Ericka J. Bishop, Phone: 2524664750
 
E-Mail Address
kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil
(kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation to bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for service-disabled veteran-owned small businesses, certified HUBZone small businesses, certified 8(a) small disadvantaged businesses, and/or small business concerns. Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT) is seeking service-disabled veteran-owned small businesses, certified HUBZone small businesses, certified 8(a) small disadvantaged businesses, and/or small businesses with current relevant qualifications, experience, personnel and capabilities to perform the proposed contract. A Combination Firm-Fixed Price/Indefinite Delivery-Indefinite-Quantity type, performance-based contract is anticipated. The intent of this requirement is to provide Equipment Operation and Maintenance for the Central Energy Building located at the Naval Health Clinic aboard Marine Air Corps Station, Cherry Point North Carolina. The Central Energy Building (Facility #4390) was constructed in 1994 and is approximately 8,820 square feet. The facility houses chilled water systems including chillers, condensers and cooling towers; steam distribution system including boilers, condensate systems, hot and cold water systems and their distribution systems; and compressed air systems including compressors, dryers and vacuum systems and their associated peripheral equipment. This equipment provides heat, hot and cold water, HVAC and compressed air/gases to the adjacent Naval Health Clinic Facility, Cherry Point North Carolina.� The Contractor shall operate and maintain the Central Energy Plant 24 hours per day seven days a week. The Contractor shall provide all labor, management, supervision, tools, material, and equipment to continuously operate, maintain and repair the Chiller Plant and Distribution System, the Steam and Hot Water Generation Plant, the Steam and Hot Water Distribution Systems, the Condensate Return System, and the Compressed Air Plant for Control Air and Medical and Dental Air and Vacuum Systems located at the Central Energy Building. The Contractor is responsible for all equipment, controls and piping systems located inside the facility. Work typically will include operation, management and maintenance of utility chilled water and air conditioning systems, utility steam and hot water systems, and air compressors for control air, medical and dental air and medical vacuum systems. An integrated maintenance plan for dynamic and static equipment and systems will be included in this work. The Contractor is responsible for maintaining all systems located in the Central Energy Building up to the Firm Fixed Price Limit per equipment or component per occurrence. Additionally major repair work, consisting of component replacement, equipment replacement and new equipment installation exceeding the integrated maintenance plan (IMP) limit of liability will be ordered under the IDIQ portion of the Contract.� The Contractor shall provide sufficient material, labor, equipment, supervision, and transportation to fulfill all requirements of the contract in accordance with the timeliness standards as set forth by the Government. The proposed contractor�s work plan shall comply with all applicable Federal, State, and Local Regulations. Additional requirements will be provided in the solicitation. The Government intends to award a Recurring/Non-Recurring Services type contract with a base period of one (1) year plus four (4) one (1) year option periods.� The total term of the contract, including all options, will not exceed sixty (60) months. The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause. In either case, the Government will not synopsize the options when exercised. The North American Industry Classification System (NAICS) Code for this solicitation is 561210 with a size standard of $41.5M.� All service-disabled veteran-owned (SDVOSB) small businesses, certified HUBZone small businesses, certified 8(a) small disadvantaged businesses and other small businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation.� One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone small business or service-disabled veteran-owned small business set-aside is an acceptable strategy for this procurement.� It is requested that interested parties submit a brief capabilities package not to exceed five (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. 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. (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) Please indicate if you are a certified service-disabled veteran-owned (SDVOSB) small business, certified HUBZone small business, certified 8(a) small disadvantaged business or other small business. 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. Notifications of interest must be submitted in writing via email; phone calls will NOT be accepted. Interested parties should respond as soon as possible but NO LATER THAN 12:01 p.m. 21 December 2020. Responses to this Sources Sought Notice shall be emailed to the following addresses: kimberly.c.lacy@navy.mil and ericka.j.bishop@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df8151da32f84240bd840fbe8019a0e0/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN05868312-F 20201209/201207230146 (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.