SOURCES SOUGHT
99 -- Weight Handling Equipment
- Notice Date
- 3/26/2020 7:08:14 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R1204
- Response Due
- 4/9/2020 11:00:00 AM
- Archive Date
- 04/24/2020
- Point of Contact
- Cassandra Christine Hines, Phone: 8128541505, Carrie Grimard, Phone: 8128546641, Fax: 8128543800
- E-Mail Address
-
cassandra.hines@navy.mil, carrie.grimard@navy.mil
(cassandra.hines@navy.mil, carrie.grimard@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008520R1204; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring work requirements. The contractor shall furnish all labor, supervision, management, tools, equipment, facilities, transportation, and other items necessary to provide preventive maintenance services on Weight Handling Equipment (WHE) at Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following; Weight Handling Equipment (WHE) to include, CAT II and III Cranes, Hoists, Crane Rails, and WHE Structural Support Systems. The solicitation contains provisions for a 12 month base period, plus four 12 month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 60 months or the total value of the contract, whichever comes first. Applicable NAICS Code for this solicitation is 811219 Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Size Standard is $22,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman-Owned Small Business (WOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8 (a) Region ""V"" contractor, HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. Anticipate the solicitation will be released on or about 18 May 2020 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.beta.sam.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to cassandra.hines@navy.mil. Responses may be submitted under Solicitation Number N4008520R1204 via e-mail to: cassandra.hines@navy.mil. Direct all question to Cassandra Hines by email or 812-854-1505. Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 PM (EDT) on 09 April 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9a7bc9c87f094f08b2d7652f60833beb/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05602106-F 20200328/200326230151 (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 |