DOCUMENT
S -- Base Operation Support Services for Naval Station Newport (NAVSTA Newport), Newport, Rhode Island - Attachment
- Notice Date
- 10/24/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008519R9031
- Response Due
- 11/8/2018
- Archive Date
- 12/31/2018
- Point of Contact
- Malita Smith
- Small Business Set-Aside
- N/A
- 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 Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, 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 60 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) 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. BSVE The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Base Support Vehicles and Equipment services for a transportation program consisting of vehicles, equipment maintenance and repairs. The vehicle and equipment operations shall include, Weight Handling Equipment (WHE) / Material Handling Equipment (MHE), Ordinance Handling Equipment (OHE), and Civil Engineering Support Equipment (CESE). Personnel working on electric vehicles shall be certified to work on the electrical components, sub-assemblies and assemblies. All Large Business, 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 $700,000 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 Fire Protection, Overhead Doors, Dock Levelers, Supervisory Control and Data Acquisition System, Power Automatic Doors, Disabled Access Swing Doors, SCADA System for Boilers, Plymo-Vent System, Swimming Pools/Equipment, Pool Operator Maintenance, Water Treatment, maintenance on various types of Base Support Vehicles and Equipment (BSVE) as defined by the RFP. 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 Large Business, 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: Malita Smith (Contracts - ACQ31) 9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216 Norfolk, VA 23511 Responses must be received no later than 2:00 PM Eastern Standard Time on November 8, 2018. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Malita Smith at the above address and email at malita.smith@navy.mil, or via telephone at (757) 341-1972.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9031/listing.html)
- Document(s)
- Attachment
- File Name: N4008519R9031_Sources_Sought_-_24_October_2018.pdf (https://www.neco.navy.mil/synopsis_file/N4008519R9031_Sources_Sought_-_24_October_2018.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008519R9031_Sources_Sought_-_24_October_2018.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008519R9031_Sources_Sought_-_24_October_2018.pdf (https://www.neco.navy.mil/synopsis_file/N4008519R9031_Sources_Sought_-_24_October_2018.pdf)
- Record
- SN05133300-W 20181026/181024230550-8c2a7f2caaa5e607ed55b140e17eb7cd (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 |