Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2013 FBO #4134
DOCUMENT

J -- SOURCES SOUGHT, MAINTENANCE AND REPAIR TO THE DIRECT DIGITAL CONTROL SYSTEMS (DDC) AT THE NAVAL MEDICAL CENTER AND IT'S OUTLYING CLINICS IN THE HAMPTON ROADS AREA, PORTSMOUTH, VIRGINIA. - Attachment

Notice Date
3/18/2013
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Portsmouth Facilities Engineering, Acquisition Division DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Portsmouth, NAVSHIPYD, Building 491 Portsmouth, VA
 
Solicitation Number
N4008510D3341
 
Response Due
4/18/2013
 
Archive Date
5/3/2013
 
Point of Contact
Archie Blythe, phone (757) 953 7303, fax (757) 953 7417, or email:
 
Small Business Set-Aside
N/A
 
Description
Naval Facilities Engineering Command, Mid-Atlantic is seeking qualified businesses to perform maintenance and repair services to the direct digital controls systems at the Portsmouth Naval Medical Center, and its outlying clinics in the Hampton Roads Area. Interested parties should submit a brief statement explaining their ability to service and maintain Johnson Controls equipment, any pertinent past performance information, and their ability to procure Johnson Controls or compatible replacement parts. Please submit you statement of interests no later than 04/18/2013. The work includes all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scoping, layout work, testing, and management necessary to provide maintenance, replacement, and repair to the direct digital controls at the Portsmouth Naval Medical Center, and its outlying clinics. The Johnson Control s system has approximately 40,000 data points. See attachment for the planned draft specification. If there is anything the Government can do to improve its quality, please provide comments. There are ten remote contractor supplied computer stations to control the DDC systems. The work identified shall be accomplished by means of a combination Firm Fixed-Price and Indefinite Delivery Indefinite Quantity Service (IDIQ)-type contract. The term shall be for a period of one year (less if the award is other than 1 October. The Government shall have the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term, including exercise of any options shall not exceed 60 months. This contract will replace a contract for similar services awarded in fiscal year 2006 as a sole-source procurement to Johnson Controls, Inc. - Contract N40085-06-D-1110. The last option period ended 03/31/2011 and has been procured since then via Contract N40085-10-D-3017 (Professional Contract Services Incorporated. (Ability-One Procurement). This follow on procurement will not contain services for Buildings NH-94 and NH-95. The costs have been reduced to reflect this reduction. The firm fixed price contract for FY-11 is $745,672.30; FY-12 is $753,013.72 (annual costs). Requests under the Freedom of Information Act are not required for this information. The North American Industry Classification System (NAICS) Code is 238210 (electronic control installation and service) - the size standard is $14 million. This notice is open to all responsible businesses that qualify for the type of work described. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. Interested parties should respond no later than 04/18/2013. Should there be sufficient interest; the approximate solicitation release date will be 10/03/2013 and will be a best value performance based procurement. All documents will be in the Adobe Acrobat (.pdf) file format via the Internet. The free Adobe Acrobat Reader, required to view PDF files, can be downloaded from the Adobe website. The official access to the solicitation will be via the Internet at https://neco.navy.mill. Any inquiries may be addressed to: Archie Blythe, phone (757) 953-7303, fax (757) 953-7417, or email: William.blythe@navy.mil. Inquiries are preferred to be sent via e-mail in order to facilitate a faster response. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-223 or via the Internet at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470NNSY/N4008510D3341/listing.html)
 
Document(s)
Attachment
 
File Name: N4008510D3341_DDC_Spec.pdf (https://www.neco.navy.mil/synopsis_file/N4008510D3341_DDC_Spec.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008510D3341_DDC_Spec.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Portsmouth Naval Medical Center, and its outlying clinics in the Hampton Roads Area., Portsmouth, VA, Portsmouth, VA
Zip Code: 23708
 
Record
SN03014821-W 20130320/130318235902-329e691d727bdcb454db057ca1b69652 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.