Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOURCES SOUGHT

S -- Base Operation and Support (BOS) Contract for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA Newport), Newport, Rhode Island.

Notice Date
10/18/2017
 
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
N4008517R1186
 
Response Due
11/2/2017
 
Archive Date
9/1/2018
 
Point of Contact
LeeArjetta W. Hamilton
 
Small Business Set-Aside
Total Small Business
 
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 Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, 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. A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 96 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary for Base Operation and Support (BOS) Contract for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA Newport), Newport, Rhode Island. General Work Requirements: Facility Investment The intent of Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance and repair for the following: Building Systems - Fire Protection, Supervisory Control and Data Acquisition System, Overhead Doors, Exhaust Hoods Suppression System, Dock Levelers and Swimming Pools/Equipment. Facility Management Services The intent of Facility Management is to specify the requirements for Facility Planning and Asset Management Services including, but not limited to, work control, service call reception, Condition Based Maintenance Management (CBMM)/Infrastructure Condition Assessment Program (ICAP) support, Regional Shore Installation Plan (RSIP) support, Basic Facility Requirements (BFR) determination, Space Management Planning, Real Property Records Maintenance, Real Estate Management support and Technical Library Operation, Preventive Maintenance (PM) inspection of systems and equipment and other Restoration and Modernization (SRM) work. Other (Training Pools) The Contractor shall perform Pool Maintenance and Water Treatment. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) 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. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561210. 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. Knowledge of the state regulations within the AOR. 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 maintenance service contract with a yearly value of at least $5M or greater 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 electrical, mechanical, lighting, hydraulic, Fire Protection, Overhead Doors, Supervisory Control and Data Acquisition System, Dock Levelers, Swimming Pools/Equipment, or other as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to pest control, locksmith services, and other services that may be typical of a base operating services contract. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of vehicles, equipment, and systems at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) 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. (3) 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, and certified 8(a) Business. (4) 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. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Acquisition Attn: LeeArjetta W. Hamilton (Contracts - ACQ3) 9324 Virginia Avenue, Bldg. Z140, 1st Floor, Suite 116 Norfolk, VA 23511 Responses must be received no later than 4:00 PM Eastern Standard Time on November 2, 2017. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to LeeArjetta W. Hamilton at the above address and email at leearjetta.hamilton@navy.mil, or via telephone at (757) 341-1971.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1186/listing.html)
 
Place of Performance
Address: PWD Newport, Newport, RI
Zip Code: 02841
 
Record
SN04716562-W 20171020/171018231025-b03d04de82e0701c61634c2c00d2b3aa (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.