SOURCES SOUGHT
99 -- Vehicle and Equipment Maintenance, Repair and Alterations (Hampton Roads only)
- Notice Date
- 1/29/2020 8:01:31 AM
- Notice Type
- Sources Sought
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0012
- Response Due
- 2/12/2020 11:00:00 AM
- Archive Date
- 02/27/2020
- Point of Contact
- Whitney Weireter, Phone: 757-341-1645
- E-Mail Address
-
whitney.weireter@navy.mil
(whitney.weireter@navy.mil)
- 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 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. Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel and capability to perform the proposed services.� 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 Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services is anticipated. The total contract term, including the exercise of any options, shall not exceed sixty (60) months. Source selection procedures will be used to evaluate and select the proposal that provides best value to the Government.� The contractor shall provide all labor, management, supervision, tools, materials, and equipment required to provide Vehicle and Equipment Maintenance, Repair and Alterations at Naval Station Norfolk, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Naval Weapons Station Yorktown, Yorktown, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia; and various locations in the Hampton Roads Area of Virginia. General Work Requirements:� The intent of Annex 1700000 Base Support Vehicles and Equipment is to specify the requirements related to Base Support Vehicles and Equipment (BSVE). The services include but are not limited to: disassemble, reassemble, inspection, cleaning, adjustments, replacement of parts, body damage repairs, straightening-welding, alignment, tire and rim replacement, windshield replacement, wood replacement, upholstery, refinishing, spray painting, corrosion control, test as applicable to correct defective item(s), electrical and battery systems, air conditioning systems, hydraulic systems, electronic ignition / computer systems, fuel injection systems, engine (gasoline and diesel), body, chassis and drive systems of Government automotive vehicles of the following sample types.� Vehicles and equipment including, but not limited to: sedans, buses, dump trucks, stake body trucks, station wagons, carry-alls, pick-up trucks, vans, forklifts, road tractors, fire trucks, ambulances, and various construction equipment shall be included in this contract.� The vehicles range in size from 1/4 ton to 40 tons, from 1967 model year until the current model year.� Some vehicles and equipment are for corrosion control and painting only.� No mechanical work will normally be done on these vehicles and the Government will provide transportation for these vehicles at no cost to the Contractor.� This information is provided to represent the type of vehicles normally used.� The Government reserves the right to change the types and quantities of vehicles that shall be serviced throughout the contract term at no additional cost to the Government. Typical manufacturers include but are not limited to, Chevrolet, Dodge, Ford, International, GMC, Chrysler, Plymouth, Nissan, Jeep, Harlan, Allis, Northwest, Mitsubishi, Caterpillar, Yale, Clark, Hyster, Wiggins, AC, LiftKing, PWR Lift, Drexel, Mercury, Pettibone, etc. Original design or functional capabilities of the vehicle and parts may be modified upon Government request and approval. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses 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. The appropriate NAICS code is 811121, size standard $8 million.� It is requested that interested parties submit a brief capabilities package, not to exceed five (5) pages. This capabilities package shall address, at a minimum, the following: Examples of projects worked within the last five (5) 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 $560,000.00 or greater for non-recurring services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will be considered. � Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to provide Vehicle / Equipment Mechanical Repairs, Vehicle / Equipment Modifications, Vehicle / Equipment Body Repair Work, and Vehicle / Equipment Painting for the Hampton Roads Virginia NAVFAC MIDLANT area of operation. � Complexity:� Demonstrate the ability to respond simultaneously to multiple service calls (routine, urgent, and emergency) and maintenance requirements for repair, alteration, and minor services at various locations 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), 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, or 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 proposed 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: Whitney M. Weireter 9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216 Norfolk, VA 23511-3095 Electronic submission will be accepted, please email to whitney.weireter@navy.mil. �Responses must be received no later than 2:00 PM Eastern Time on 12 February 2020. LATE RESPONSES WILL NOT BE ACCEPTED. Questions regarding this Sources Sought Notice may be addressed to Whitney Weireter at the above email or via telephone at (757) 341-1645.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4ed11832af704f15be10407d8aece4b4/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05546962-F 20200131/200129230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |