SOLICITATION NOTICE
Z -- Facility Support Services Contract for Marine Corps Air Station, Cherry Point, NC
- Notice Date
- 8/26/2020 9:05:45 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0131
- Response Due
- 9/10/2020 11:00:00 AM
- Archive Date
- 09/25/2020
- Point of Contact
- Malita Smith, Phone: 757-341-1972, Pamela Waller, Phone: 7573411581
- E-Mail Address
-
malita.smith@navy.mil, pamela.waller@navy.mil
(malita.smith@navy.mil, pamela.waller@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- 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 Performance-Based Facility Support Service Type Contract, with Recurring and Non-Recurring Services at Marine Corp Air Station (MCAS) Cherry Point, North Carolina. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for facilities, ground structures, and installed equipment and systems at Marine Corp Air Station (MCAS) Cherry Point North Carolina and outlying fields Bogue, Atlantic, Bt 11 and Bt 9.� Bt 11 and Bt 9 are islands located in the Pamlico Sound, which is accessible only by boat.��� General Work Requirements: The contractor shall provide facilities support services that include, but not limited to: Service Order response HVAC Water Testing and Treatment Services Boilers and Unfired Pressure Vessels (UPVs), Boiler Plant Controls Boiler Water Testing and Treatment Services Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems Gaylord/Ansul Hoods and Ducts Systems Vertical Transportation Equipment (VTE) Medical Gas Delivery System AV8B Engine Test Cell Annual Cleaning of Hangar Floors Actuator Valves Paint Stripping Booth Equipment Reverse Osmosis Ultra-Violet System Compressed Air Systems Atlas Copco United Blowers, Scale Calibration Turnstile and Gate Maintenance Flow Meter Calibration Tool Calibration, (including High Voltage tools) Inspection of Elevated Potable Water Tanks Inspection of Cathodic Protection Systems Certification and Calibration of Parshall Flumes Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors Calibration, and Certification Gas Monitoring System IWTP B-4380, VTE Certification Support, Grease Traps Sewage Plant Sludge Removal and Land Application, Alkaline Stabilizing and Stabilized Liquid Sludge, Port-A-John Service, Sealed Vault Toilet/Septic Tanks, and Pond Maintenance Aquatic Weed Fisheries Management The work identified is to be provided by means of a Performance-Based Facility Support Service Type Contract, with Recurring and Non-Recurring Services. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. 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 � Management Approach, Factor 2 � Recent, Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance. Factor 2 Recent/Relevant Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size: A maintenance service contract with a yearly value of at least $1.9M or greater for Recurring services. Non-Recurring 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 Service Order response, HVAC Water Testing and Treatment Services, Boilers and Unfired Pressure Vessels (UPVs), Boiler Plant Controls, Boiler Water Testing and Treatment Services, Fire Protection Systems, Fire Suppression, CO2 Fire Suppression Systems, Gaylord/Ansul Hoods and Ducts, Vertical Transportation Equipment (VTE), Medical Gas Delivery System, AV8B Engine Test Cell, Annual Cleaning of Hangar Floors, Actuator Valves, Paint Stripping Booth Equipment, Reverse Osmosis, Ultra-Violet System, Compressed Air Systems Atlas Copco, United Blowers Positive Displacement Maintenance, Turnstile and Gate Maintenance, Scale Calibration, Flow Meter Calibration, Tool Calibration, (including High Voltage tools), Inspect Elevated Potable Water Tanks, Cathodic Protection Systems, Certification and Calibration of Parshall Flumes, Calibration, Certification, and Servicing HACH Probes Analyzers and Sensors, Calibration, and Certification Gas Monitoring System IWTP B-4380, VTE Certification Support, Grease Traps, Sewage Plant Sludge Removal and Land Application, Alkaline Stabilizing and Stabilized Liquid Sludge, Port-A-John Service, Sealed Vault Toilet/Septic Tanks, and Pond Maintenance Aquatic Weed Fisheries Management will be performed at these various areas as defined by the RFP. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of 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. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year.� However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four one-year option periods, which, cumulatively, will not exceed (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). �Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210, the size standard is $35.5M. The proposed procurement listed herein is 100% Total set-aside for Service Disabled Veteran Owned Small Businesses. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted Beta SAM (System for Award Management) website, on or about�10 September 2020. The estimated proposal due date shall be at least 30 days after the RFP is posted. ��Contractors - Technical inquiries must be submitted in writing to Malita Smith (malita.smith@navy.mil) 10 days prior to the RFP due date. The site address is https://beta.sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM (System for Award Management) website.� Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database.� Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f403e6e0a7f7455fb225165800abfeb7/view)
- Place of Performance
- Address: Camp Lejeune, NC 28547, USA
- Zip Code: 28547
- Country: USA
- Zip Code: 28547
- Record
- SN05774445-F 20200828/200826230157 (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 |