Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOLICITATION NOTICE

J -- Class III Training Support Equipment Maintenance and Repair Services

Notice Date
6/25/2024 5:37:11 AM
 
Notice Type
Presolicitation
 
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
N4008524R2658
 
Response Due
8/10/2024 11:00:00 AM
 
Archive Date
08/25/2024
 
Point of Contact
Christine Liesener, Phone: 7573400090
 
E-Mail Address
christine.t.liesener.civ@us.navy.mil
(christine.t.liesener.civ@us.navy.mil)
 
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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Facility Investment for Regional Class III Training Support Equipment Maintenance and Repair Services at Naval Air Station Oceana, Virginia Beach, VA, Naval Station Norfolk, Norfolk VA, and Other Areas of Responsibility (AOR). General Work Requirements:� The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to: 1502000 C � Facility Investment The intent of 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, Service Air, Chilled Water, De-ionized Water, Electrical: 4000 Hz Converters and Regulators The work identified is to be provided by means of a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price).� The Navy will then evaluate the non-price factors of the lowest priced proposal.� The Navy will award to the Lowest Priced Technically Acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the non-price factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. 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 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance. � NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. For�Factor 2 Corporate Experience and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation.�� Size: A contract with a yearly value of at least $200,000 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Facility Investment for Class III Training Support Equipment Maintenance and Repair Services. Complexity:� The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. 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 four, one-year option periods, and one, six-month option period which, cumulatively, will not exceed sixty-six (66) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Regional 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) for this procurement is 811310; the size standard is $12.5 million. The proposed procurement listed here is a �Full and Open� Unrestricted Competitive Procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 10 August 2024. 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�Christine Liesener, (christine.t.liesener.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 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 have an active registration in the SAM database at time of proposal 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://sam.gov/. This contract will replace one contract for similar services. The current contract is N4008520D0003, Maintenance and Repair of Class III Training Support Equipment and Systems. The current contract expires 23 October 2024. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ade4bed4153458c8c7235a9c52ef2e9/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN07106873-F 20240627/240625230115 (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.