Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

S -- Industrial Services at Portsmouth Naval Shipyard, Kittery, Maine

Notice Date
5/4/2021 2:10:05 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
N4008521R0103
 
Response Due
5/18/2021 11:00:00 AM
 
Archive Date
07/31/2021
 
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
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 businesses. Naval Facilities Engineering Systems Command, (NAVFACSYSCOM) Mid-Atlantic 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 are encouraged to respond.� 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 Facility Investment and Electrical Services at Portsmouth Naval Shipyard, Kittery, Maine and Other Areas of Responsibility (AOR).� The Contractor may perform maintenance, repair, alteration, demolition and minor construction for the following:� Building and Structures: Interior and exterior finishes, Roofing, Foundation, Structural Components, Cathodic Protection Systems, Tanks, POL system and Pipelines Building Systems: HVAC, Fire Protection, Vertical Transportation Equipment (VTE), Intrusion Detection Systems, Bridge and Jib Cranes, Boilers (excluding Central Utility Plant Boilers), Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Lightning Arrestors and Grounding Devices, Cathodic Protection Systems, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Grease Traps, Exhaust Hoods and Ducts and�� Weight Handling Equipment (WHE). Electrical: The intent of 1602000 Electrical is to specify the requirements for electrical power generation, power transmission and distribution. The Contractor shall provide all labor, management, supervision, tools, material, and equipment to perform maintenance and repair services on Electrical Power Distribution System Components. 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, size standard $41.5million. 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 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 Facility Investment and Electrical services contract with a yearly value of at least $1,000,000.00 or greater for recurring services.� Non-recurring 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 provide Facility Investment and Maintenance of Electrical Power Distribution System Components Services included below and other services as defined by the RFP.� ��� Building and Structures (Interior and exterior finishes, Roofing, Foundation, Structural Components, Cathodic Protection Systems, Tanks, POL system and Pipelines); Building Systems ( HVAC, Fire Protection, Vertical Transportation Equipment (VTE), Intrusion Detection Systems, Bridge and Jib Cranes, Boilers (excluding Central Utility Plant Boilers), Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Lightning Arrestors and Grounding Devices, Cathodic Protection Systems, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Grease Traps, Exhaust Hoods and Ducts and Weight Handling Equipment (WHE); and, Electrical Services: Demonstrate the ability to perform maintenance and repair services on Electrical Power Distribution System Components to safely distribute reliable electrical power. Complexity:� Demonstrate the ability to respond simultaneously to service call 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) Please 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. Electronic submission will be accepted. 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 18 May 2021. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.roberts2@navy.mil, or via telephone at (757) 341-0091. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df0b9c4968be4ce780a09b327a16eed7/view)
 
Place of Performance
Address: Kittery, ME, USA
Country: USA
 
Record
SN05991402-F 20210506/210504230118 (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.