Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2024 SAM #8270
SOURCES SOUGHT

56 -- Pedestrian and Vehicle Gate Maintenance- Joint Expeditionary Base (JEB) Little Creek- Fort Story, Virginia Beach, VA

Notice Date
7/17/2024 5:23:01 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522R2838
 
Response Due
7/31/2024 11:00:00 AM
 
Archive Date
08/15/2024
 
Point of Contact
Olivia Egress, Katherine Dinneen, Phone: 7574625347
 
E-Mail Address
olivia.g.egress.civ@us.navy.mil, katherine.l.dinneen.civ@us.navy.mil
(olivia.g.egress.civ@us.navy.mil, katherine.l.dinneen.civ@us.navy.mil)
 
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 (NAVFAC), Mid-Atlantic is seeking eligible small business firms capable of performing Facility Investment services as described below.� All Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, 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.� Large business submittals will not be considered.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended. Description of Work: A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract with recurring and non-recurring services is anticipated.� The contract requirement includes maintenance, repair, alteration, demolition, and other minor construction services for multiple pedestrian and vehicle gates, gate operating components, barrier equipment and access control systems supporting a tenant command�s secured enclave aboard Joint Expeditionary Base (JEB) Little Creek-Fort Story, Virginia Beach, Virginia. The anticipated award will be for a period of a twelve (12) month base period and four (4) twelve month option periods The North American Industry Classification System (NAICS) Code is 238290, Other Building Equipment Contractors, size standard $22 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.� 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 Services contract with a yearly value of at least $50,000.00 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 and other items necessary to perform Facility Investment services for preventative maintenance, repair, alteration, demolition, and other minor construction services for pedestrian and vehicle gates. Complexity:� Demonstrate familiarity and experience with installation and repair of gates, barriers and other access control equipment.� Demonstrate the ability to simultaneously respond to service calls and perform preventative maintenance services on related equipment.� Demonstrate the ability to manage competing priorities in order to support customer demands. 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. 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, or certified 8(a) Business. 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. Response to the sources sought notice shall be submitted electronically to olivia.g.egress.civ@us.navy.mil.� Responses�must be received no later than 2:00 PM Eastern Daylight Time on 31 July 2024.� Questions regarding this sources sought notice may be emailed to Olivia Egress at Olivia.g.egress.civ@us.navy.mil, or via telephone at (757) 462-1019.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5cb8c218d94e46d88b986691195c937a/view)
 
Place of Performance
Address: Virginia Beach, VA 23459, USA
Zip Code: 23459
Country: USA
 
Record
SN07132978-F 20240719/240717230129 (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.