Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2018 FBO #6202
SOLICITATION NOTICE

J -- HVAC Chemical Treatment Services at Naval Station Norfolk; Norfolk, Va

Notice Date
11/14/2018
 
Notice Type
Synopsis
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008518R9772
 
Point of Contact
Email: brittany.cristelli@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential Offerors of a FFP/IDIQ HVAC Chemical Treatment Services contract. The proposed contract will be an indefinite delivery, Firm Fixed Price/Indefinite Delivery-Indefinite Quantity (FFP/IDIQ), performance-based contract for The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable to provide Regional HVAC Chemical Treatment Services in the Hampton Roads Area. Services include the development and implementation of the HVAC Water Testing and Treatment program of Water-Cooled Chiller/Closed Loop Systems and Water Cooling Towers, as well as the development and implementation of a Boiler Water Testing and Treatment Program. In addition, the contractor shall develop, implement and execute a Maintenance Program, Inspection, Testing and Certification Program, and other recurring service programs to maintain and repair installed equipment and systems. The contractor shall also perform the maintenance and incidental repairs for installed equipment and systems to ensure proper operation, to minimize breakdowns, and to maximize useful life. Also, the contractor shall develop and furnish a chemistry control manual that is designed specifically for the facility(s) covered under this contract. The work is located at the located in the Hampton Roads Area at Naval Station Norfolk, Norfolk, Virginia; Norfolk Naval Shipyard, Portsmouth, Virginia; Naval Amphibious Base Little Creek, Virginia Beach, Virginia; and NWS Yorktown Cheatham Annex, Yorktown, Virginia and the surrounding area. The proposed contract is a small business set-aside. The government will not consider offers from other than small businesses. All other firms are deemed ineligible to submit offers. The North American Classification System (NAICS) for this procurement is 238220; the size standard is $15M. The contract term will be a base period of up to twelve (12) months plus four (4) one-year option periods. Only the base period of the contract will offer a minimum guarantee. When it becomes available, offerors can view and/or download the solicitation and any attachments at the Navy Electronic Commerce Online (NECO) website: https://www.neco.navy.mil of the Federal Business Opportunities website available at https://www.fbo.gov. Notification of any updates or amendments to the solicitation will be posted in the same manner. The solicitation will be made available on or about 30 November 2018. The estimated proposal due date shall be at least 30 days after the RFP is posted. Offerors will be evaluated using the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) method. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The Offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Technical Approach/Management, Factor 2 “ Corporate Experience, Factor 3 “ Safety and Factor 4 “ Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using DOD EMALL for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FEDMALL Encrypted software. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The government will not provide hard copies (paper sets) or CD-ROMs of RFP, Plan Holder List or other contract documents. The government will not accept telephone, e-mail or facsimile requests for copies. Notification of any changes (amendments) to the solicitation will be done via https://www.neco.navy.mil. It will be the responsibility of the contractor to check the website daily for any and all amendments to the solicitation. NOTE: All prospective contractors are required to be registered in the System for Award Management (SAM) database. This contract will replace a contract for similar services. The current contract is N40085-14-D-8126, HVAC CHEMICAL TREATMENT SERVICES AT NAVAL STATION NORFOLK AND OTHER AREAS OF RESPONSIBILITY. The current contract expires 31 March 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R9772/listing.html)
 
Record
SN05150972-F 20181116/181114230011 (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.