SOLICITATION NOTICE
J -- Regional Fire Alarm Services for the Hampton Roads Area of Virginia- Presolicitation
- Notice Date
- 10/31/2023 6:31:57 AM
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523R2535
- Response Due
- 11/17/2023 11:00:00 AM
- Archive Date
- 12/02/2023
- Point of Contact
- Kristina DeGroat, Phone: 7573411650, Pamela Waller, Phone: 7573411581
- E-Mail Address
-
kristina.l.degroat.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil
(kristina.l.degroat.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery Indefinite Quantity (IDIQ) Performance-Based contract with both Recurring and Non-Recurring Services to provide Facility Investment services at Norfolk Naval Shipyard and Annexes in Portsmouth VA, Naval Station Norfolk, Annexes and surrounding sites in Norfolk VA and Naval Air Station Oceana, Annexes and surrounding sites in Virginia Beach VA. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide maintenance and services for Hampton Roads Regional Fire Protection Systems in NAVFAC Mid Atlantic. Locations include Norfolk Naval Shipyard and Annexes in Portsmouth VA, Naval Station Norfolk, Annexes and surrounding sites in Norfolk VA and Naval Air Station Oceana, Annexes and surrounding sites in Virginia Beach VA. The work includes: -Contractor providing personnel with the appropriate NICET level. -Water Based Suppression Systems Repair work shall be performed by a licensed plumber or licensed pipe fitter with appropriate NICET Level certification in water based suppression systems layout. -Inspect all fire protection systems, fire alarm systems, and fire pumps covered under the contract. -Systems that are non-operable due to needed repairs / modifications shall be accepted into the Integrated Maintenance Program as soon as repairs / modifications have been completed. The work identified is to be provided by means of a Facility Investment and Facility Support Services, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Processes. 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: Factor 1 � Management Approach, Factor 2 � Recent/Relevant Experience of the Firm, Factor 3 � Safety, and Factor 4 � Past Performance on Recent, Relevant Projects. 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 maintenance service contract with a yearly value of at least $950,000.00 or greater for recurring services. If an Offeror intends to submit work completed/issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying project, the Offeror is limited to submitting the IDIQ contract itself.� The board will not consider or evaluate any task orders whether submitted individually or collectively. Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment and other items necessary to provide facility investment services as described in the Performance Work Statement (PWS). Demonstrate the ability to provide all labor, management, supervision, tools, materials, and equipment to provide fire protection maintenance and services at multiple locations simultaneously for Hampton Roads Regional Fire Protection Systems in NAVFAC Mid Atlantic. 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. Offerors shall be submitted for the performance of one-year, twelve-month period of performance. The Government has the option to extend the term of the contract services for four (4) additional one-year, twelve-month periods, and one (6) six month period. The contract will be for a base period with four (4) one-year option periods, and one (6) six month period, which, cumulatively, will not exceed sixty (66) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Facility Investment and Facility Support Service Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs) for non-Recurring services. Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561621, the size standard is $25M. The proposed requirement will be solicited as an 8(a) set aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the WWW.SAM.GOV website on or about 20 June 2023. 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 Kristina DeGroat (Kristina.l.degroat.civ@us.navy.mil) 10 days prior to the RFP due date. The SAM site address is https://beta.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 WWW.SAM.GOV 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 have an active registration in the SAM database�at time of RFP submission�will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment.�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/63f53a7e750b4e679cbca15f2dbf888c/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN06871940-F 20231102/231031230048 (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 |