SOURCES SOUGHT
J -- Regional Maintenance of Emergency Generators and HVAC Equipment in NAVSTA, Norfolk, VA; NAS Oceana, Virginia Beach, VA; NWS, Yorktown, VA; NNSY, Portsmouth, VA; DOD Suffolk Complex, Suffolk, VA; and other locations in the Hampton Roads Area, VA
- Notice Date
- 5/10/2024 7:07:25 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524R2668
- Response Due
- 5/20/2024 11:00:00 AM
- Archive Date
- 05/21/2024
- Point of Contact
- Maria Bayse, Phone: 7573411654
- E-Mail Address
-
maria.bayse.civ@us.navy.mil
(maria.bayse.civ@us.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 small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting 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 to perform a proposed contract. 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 Services, 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 66 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 Services for Maintenance of Emergency Generators and HVAC Equipment at Naval Station, Norfolk, Virginia; Naval Air Station, Oceana, Virginia Beach, Virginia; Naval Weapons Station, Yorktown, Virginia; Norfolk Naval Shipyard, Portsmouth, Virginia; DOD Suffolk Complex, Suffolk, Virginia; and other locations in the Hampton Roads Area, Virginia. General Work Requirements: 1501000 C � Facility Management The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to perform facility services. The intent of 1501000 Facility Management is to specify the requirements for facility Infrastructure Condition Assessment Program (ICAP) support. Annex 1502000 � Facility Investment The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following Building Systems: HVAC, Compressed Air Systems, Direct Digital Controls, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), and Fuel Storage Tanks. 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 811310 size standard $12.5 million. 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 Maintenance of Emergency Generators and HVAC Equipment Services contract with a yearly value of at least $750, 000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Facility Investment Services for the Maintenance of Emergency Generators and HVAC Equipment as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) 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 maria.bayse.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 20 May 2024. Questions regarding this sources sought notice may be emailed to Maria Bayse at maria.bayse.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d6ba33818fa4260b87236f16c270945/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN07060459-F 20240512/240510230046 (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 |