SOURCES SOUGHT
Z -- Facility Support Services for four (4) NOSCs in Ohio
- Notice Date
- 12/1/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD Great Lakes FEAD 310 Seabee Way Great Lakes, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008517R0716
- Response Due
- 12/16/2016
- Archive Date
- 6/30/2017
- Point of Contact
- Ken Seymour, Kenneth.d.seymour@navy.mil
- E-Mail Address
-
E-Mail Submission
(kenneth.d.seymour@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The intent of this sources sought notice is to identify potential Small Business, 8(a), HUBZone, Service Disabled Veteran Owned or Women-Owned Small Business firms capable of performing recurring maintenance and service call level repairs, alteration, demolition and minor construction for the four (4) Navy Operational Support Centers (NOSCs) located in Ohio: 1)NOSC Akron, Canton OH 2)NOSC Cincinnati, Cincinnati OH 3)NOSC Columbus, Columbus OH 4)NOSC Toledo, Perrysburg OH The scope of the work includes the following: Building Systems - HVAC - Fire Protection and Detection - Intrusion Detection Systems - Monitoring of Fire and Intrusion Detection - Boilers - Unfired Pressure Vessels (UPV) - Compressed Air Systems - Potable Water (including backflow prevention devices) - Electrical - Interior and Exterior Lighting - Lightning Arrestors and Grounding Devices - Roofing (minor to moderate repair and replacement) Miscellaneous - Signs - Fences - Locksmith - Flag Poles - Drainage Systems - Plumbing - Structural Repairs (Concrete walks, brick and block work) - Flooring and tile work The intent of this sources sought is to award a service contract with one-year base period and four one-year option periods, for a total duration not to exceed five (5) years. The period of performance for the base year shall begin 1 June 2017. The contractor will be expected to begin the maintenance and repair program at that time. The estimated cost of magnitude for this project is under $350K per year, inclusive of both recurring and service call work for all four NOSCs. ALL SMALL BUSINESSES 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 Government ™s best interest. This office anticipates award of a contract for these services no later than May 2017. The appropriate NAICS Code is 561210, with a size standard of $38.5M. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL Businesses submit to the contracting office a brief capabilities statement package using the Sources Sought Questionnaire provided as an attachment to this notice to demonstrate ability to perform the requested services. In order to be included in the market research results, OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM), AND SAM MUST ACCURATELY DISPLAY YOUR SIZE AND OTHER INFORMATION. If a Joint Venture (JV), your SAM records must reflect that your JV is active. If an 8(a) company, please submit a list of the cities in which you have bona fide offices. All responses shall include: (1) Company Profile (no more than one page) to include your DUNS number, Small Business Type (i.e. 8a, SDVOSB, WOSB, etc.), number of employees, office location(s) and any other information you feel is pertinent and relevant to this project. In order to allow for timely review of submittals, we ask that you please not provide unnecessary information. (2) A Capability Statement, along with a maximum of five (5) Contract References that have performance within the past five (5) years, with similar scope, magnitude of effort and complexity. Examples of similar scope include having a contract which performs a minimum of four (4) of the twelve building systems services identified above. Examples of magnitude of effort include a minimum value of $200,000 for one year. Examples of Complexity include covering the entire geographic location of this project. Additional Items of Consideration: - Invoices are submitted and processed through the Wide Area Work Flow (WAWF) system. Invoices for recurring services must have a minimum duration of 30 calendar days between submittals. In accordance with FAR clause 52.232-25, Prompt Payment, the payment due date is 30 calendar days after inspection of the invoice in WAWF. - Any small business must be able to comply with the Limitations on Sub-contracting FAR 52.219-14 which in part states for Services œAt least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. - The contractor will be required to sub contract the services identified under œRequired sub-contracts, which entails managing sub-contractor relationships and performance without any negative impact to the Government. - There are required response times to service calls with may include non-regular duty hours, and days, that if the Government requests, the contractor will be required to respond to, and relieve and/or diagnosis the issue. (3) If you are proposing as an 8(a) Mentor Protégé, indicate the percentage of work to be performed by the Protégé and a copy of the SBA letter stating that your Mentor Protégé agreement has been approved. RESPONSES ARE DUE ON 16 December 2016 by 2:00 P.M. C.D.T. LATE RESPONSES WILL NOT BE REVIEWED. Electronic submissions of the Statement of Capabilities Packages are preferred, and should be sent via email to Kenneth.d.seymour@navy.mil. If you are submitting by mail, your package should be sent to the following address: Naval Facilities Engineering Command, Mid-Atlantic, PWD GL (ATTN: Ken Seymour); 310 Seabee Way, Bldg. 1H; Great Lakes, IL 60088. Questions or comments regarding this notice may be addressed by email to Kenneth.d.seymour@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008517R0716/listing.html)
- Record
- SN04340479-W 20161203/161201234347-56da10961294ae43a041d1165e0b4107 (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 |