SOURCES SOUGHT
S -- Base Operations Support Contract - Fort Pickett, Blackstone, Virginia
- Notice Date
- 10/13/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008517R1107
- Response Due
- 11/9/2016
- Archive Date
- 11/24/2016
- Point of Contact
- Kaitlyn Cumber 757-341-1673
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command, Mid-Atlantic, is currently conducting market research to locate companies capable of performing facility investment services, including service orders, a preventative maintenance (PM) program for facilities, equipment, and systems, including HVAC, refrigeration, and fire protection systems, and exhaust hoods and ducts, pest control services, grounds maintenance services, custodial services, and integrated solid waste management services, as well as other recurring services, under Solicitation N40085-17-R-1107. If you are interested in this solicitation, please submit a capabilities package outlining your ability to perform these services with similar size, scope, and complexity of work. You will find the synopsis below for more information and instructions for submission. In order to make a set-aside determination, please submit your capabilities package by email not later than 2:00 PM EST on Wednesday, 9 November 2016 to kaitlyn.cumber@navy.mil. Questions or comments regarding this notice may be addressed in writing to Kaitlyn Cumber at the above email address. _______________________________________________________ THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS 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 prior to issuance of the Request for Proposal (RFP). The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of performing facility investment services, including service orders, a preventative maintenance (PM) program for facilities, equipment, and systems, including HVAC, refrigeration, and fire protection systems, and exhaust hoods and ducts, pest control services, grounds maintenance services, custodial services, and integrated solid waste management services, as well as other recurring services. The work is primarily located at Fort Pickett, in Blackstone, Virginia area. Naval Facilities Engineering Command, Mid-Atlantic is seeking to identify Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, Woman-Owned Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, Woman-Owned Businesses and Small 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. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether 8(a), HUBZone Small Business, or Service Disabled Veteran Owned Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. The Successful Contractor furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities investment services, inclusive of a preventative maintenance program and repairs for facilities, installed equipment, and systems to ensure proper operation, minimal breakdown and maximized useful life, including storage tanks, HVAC systems, fire protection systems, and exhaust hoods and ducts. An Indefinite Delivery-Indefinite Quantity (IDIQ) type with Recurring and Non-Recurring work anticipated. The Non-Recurring work may be ordered utilizing DOD EMALL or on a Task Order, on an as-need basis. The order will specify the exact locations and type of work to be accomplished. The proposed requirement will be for a base period with four, one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated contract award date for these services is 17 February 2017. The North American Industry Classification Standard (NAICS) code for this procurement is 561210 with a small business size standard of $38.5 million. SUBMITTAL REQUIREMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officers Name, Telephone Number and Email; (4) Contracting Officers Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1107/listing.html)
- Record
- SN04303672-W 20161015/161013234223-e0af61ae038b768eff04f8fab974f601 (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 |