Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOURCES SOUGHT

Z -- Multiple Services Contract

Notice Date
12/5/2025 10:19:25 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526R0042
 
Response Due
12/16/2025 11:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Joanna Miller, Phone: 2524664211, Meghan J Hislop, Phone: 9104679459
 
E-Mail Address
joanna.d.miller2.civ@us.navy.mil, meghan.j.hislop.civ@us.navy.mil
(joanna.d.miller2.civ@us.navy.mil, meghan.j.hislop.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. There will not be a solicitation, specifications, or drawings available at this time. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This is a sources sought synopsis announcement to obtain market survey information to be used for preliminary planning purposes in order to facilitate with the acquisition planning decision-making process. The intent of this notice is to identify potential offerors and to determine whether to set-aside the requirement for small business concerns in the upcoming solicitation. Naval Facilities Engineering Systems Command Mid-Atlantic, Facilities Engineering, Acquisition, and Design Cherry Point, is specifically seeking 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The successful Contractor shall be required to provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment Services for facilities, ground structures, and installed equipment and systems at Marine Corp Air Station Cherry Point, North Carolina, as well as, outlying fields Bogue, Atlantic, BT 11 and BT 9. BT 11 and BT9. The outlying fields are islands located in the Pamlico Sound and are only accessible by boat. A combination firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract type, utilizing performance-based specifications, with recurring and non-recurring services is anticipated. The IDIQ work may be ordered utilizing FEDMALL or on a task order basis. The order will specify the exact location and types of work to be accomplished. The total contract term, including the exercise of any options, shall not exceed 60 months. Source selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. General Work Requirements: The contractor shall provide facility support services that include, but are not limited to: Service Orders / Ticket Work HVAC Water Testing and Treatment Services Boilers and Unfired Pressure Vessels Boiler Plant Controls Boiler Water Testing and Treatment Services Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems Gaylord/Ansul Hoods and Ducts Systems Vertical Transportation Equipment (VTE) Medical Gas Delivery System AV8B Engine Test Cell Annual Cleaning of Hangar Floors Actuator Valves Paint Stripping Booth Equipment Reverse Osmosis Ultra-Violet System Compressed Air Systems Atlas Copco United Blowers Positive Displacement Maintenance Scale Calibration Turnstile and Gate Maintenance Flow Meter Calibration Tool Calibration, including high voltage tools Inspection of Elevated Potable Water Tanks Cathodic Protection Systems Certification and Calibration of Parshall Flumes Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors Calibration, and Certification Gas Monitoring System IWTP B-4380 VTE Certification Support Grease Traps Sewage Plant Sludge Removal and Land Application Alkaline Stabilizing and Stabilized Liquid Sludge Port-A-John Service Sealed Vault Toilet/Septic Tanks Pond Maintenance Aquatic Weed Fisheries Management The appropriate North American Industry Classification System Code for this procurement is 561210. The proposed contract listed here is being considered for a set-aside. Interested small business concerns should indicate interest by providing evidence to demonstrate the capability to perform the requirements and a positive statement of eligibility as a small business concern. If adequate interest is not received from small business concerns, the solicitation will be issued as unrestricted without further notice. The capabilities package shall not exceed 10 pages and, at a minimum, address the following: (1) Examples of projects worked within the last five years of similar size/value, scope, and complexity as the work indicated; include a brief description of how the referenced contract work relates to the work described. Indicate whether your firm worked as a prime or subcontractor. Size: A maintenance service contract with a yearly value of at least $2M or greater per year for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide maintenance and repair services to a wide variety of systems and equipment, including but not limited to those listed in the General Work Requirements. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of equipment, and systems at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priority to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code. (3) Type of Business: Identify whether your firm is an 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Business concern. If you are proposing as an 8(a) mentor Prot�g�, please provide a copy of the SBA approval of the Mentor Prot�g� agreement. For more information on the definitions or requirements for these small business programs, refer to https://www.sba.gov. 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 pre-requisite to any potential future offerings.. RESPONSES ARE DUE ON 16 DECEMBER 2025 BY 2:00 P.M. Eastern Time. Submissions shall ONLY be submitted electronically to Joanna Miller via email at joanna.d.miller2.civ@us.navy.mil. Submissions MUST be limited to 10Mb attachment. Responses received after the deadline or without required information will not be considered. Telephone calls will NOT be accepted. Offerors/Bidders can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c0ce2863c6234d79878d706b07af6c50/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN07658953-F 20251207/251205230034 (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.