SOLICITATION NOTICE
S -- Regional Subsurface Utility Marking Services
- Notice Date
- 10/11/2022 11:52:37 AM
- Notice Type
- Presolicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2812
- Response Due
- 10/26/2022 11:00:00 AM
- Point of Contact
- Darlene H. Tucker, Phone: 7573410093
- E-Mail Address
-
darlene.h.tucker.civ@us.navy.mil
(darlene.h.tucker.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is not a request for either a quote or proposal, or an invitation to bid. The intent of this presolicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery / Indefinite Quantity contract with non-recurring services to provide Regional Subsurface Utility Marking Services at the Norfolk Naval Station, Norfolk Virginia, Naval Weapons Station, Yorktown, Virginia; Cheatham Annex, Williamsburg, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Dam Neck Annex, Virginia Beach, Virginia; and the Norfolk Naval Shipyard, Portsmouth, Virginia as well as sites located within a 50-mile radius of the listed sites. General Work Requirements: The Contractor shall perform all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform the following: Utility Marking, Emergency Utility Marking, GPS Survey of Subsurface Facilities and provide locating and marking services for all Locatable Underground Facilities in accordance with this contract�s requirements and the �RULES FOR ENFORCEMENT OF UNDERGROUND UTILITY DAMAGE PREVENTION ACT� 20 VAC 5-309-10 through 180 (SECTION J 6), with safety as a priority and quality work as the final product. The work is identified is to be provided by means of a Facility Support, Indefinite Delivery / Indefinite Quantity (IDIQ), performance-based contract with non-recurring services. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor1� Technical Approach/Management, Factor 2� Recent/Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance.� Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation.� Size: �A Subsurface Utility Marking Service Contracts with a yearly value of at least $450,000.00 for similar services.� This may include one project or multiple Indefinite Delivery/Indefinite Quantity task orders. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, materials,�equipment facilities, transportation, incidental engineering, and other items necessary to provide Surface Utility Marking services: Utility Marking, Emergency Utility Marking, GPS Survey of Subsurface Facilities and provide locating and marking services for all Locatable Underground Facilities in accordance with this contract�s requirements and the �RULES FOR ENFORCEMENT OF UNDERGROUND UTILITY DAMAGE PREVENTION ACT� 20 VAC 5-309-10 through 180 (SECTION J 6), with safety as a priority and quality work as the final product. Complexity: Demonstrate the ability to respond simultaneously to Subsurface Utility Marking Services for various locations and buildings throughout the project area (to include installations and annexes, if applicable). Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the�initial term of the contract may be for a period of less than one year. The Government has the�option to extend the term of the contract services for additional periods of one to twelve months.�The contract will be for a base period with 4 one-year option periods, which, cumulatively, will�not exceed sixty months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic�Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring�Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is�required along with the purchase of FedMall Encrypted software. The North American�Classification System (NAICS) is 561990, the size standard is $14.5 M. The proposed procurement listed herein is a Total Small Business Set-Aside procurement.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 26 October 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to�Darlene H. Tucker (darlene.h.tucker.civ@us.navy.mil) 10 days prior to the RFP due date. �The SAM site address is https://sam.gov.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af9d7a3aead3411983543234e1531a04/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06490582-F 20221013/221011230057 (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 |