Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2021 SAM #6996
SOLICITATION NOTICE

J -- Crane Repair & Maintenance Services

Notice Date
1/22/2021 7:38:55 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0152
 
Archive Date
07/31/2021
 
Point of Contact
SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �PRE-SOLICITATION SYNOPSIS � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �N40085-20-R-0152 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 Facility Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring at Joint Expeditionary Base Little Creek-Fort Story (JEBLCFS), Virginia Beach, VA, and any location within a 50-mile radius of that location. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Crane Maintenance and Repair Service to include; inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. The intent of this contract is to perform crane and equipment maintenance and repair services. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations.� The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) Performance-Based contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method.� In order to permit efficient competition, the Navy will utilize the following methodology:� Proposals will initially be screened for price and placed in order of price (lowest price to highest price).� The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technical acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received.� Therefore, proposals should be submitted initially on the most FAVORABLE terms.� Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.� 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. Factor 2 Corporate Experience and Factor 4 Past Performance:� The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation Size:� Crane Maintenance and Repair service contract(s) with a yearly value of at least $30,000.00 or greater for similar services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will Not be considered. Scope: �Demonstrate the ability to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide crane maintenance and repair support for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. All maintenance and repair shall be performed by personnel trained by the OEM. All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level. Complexity: Demonstrate the ability to maintain downtime standards for Priority 1 mission critical Civil Engineering Support Equipment (CESE) -200-ton Manitowoc 777, SER 2, Crawler Cranes and Model 150C, Marine Travelifts; i.e., start work immediately after equipment reported being down or received in the shop during regular working hours, and within four hours after regular working hours. Demonstrate the ability to manage competing priorities in order to support customer demands. 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 (4) one-year option periods, which, cumulatively, will not exceed sixty (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 Indefinite Quantity 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 811310, the size standard is $8million.�The proposed requirement will be solicited as Full & Open (Unrestricted) procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta.Sam.Gov website on or about 08 February 2021. 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 Susan Roberts (susan.roberts2@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 only be on this website only. Contractors are encouraged to register on the Beta.Sam.Gov 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/a5e3f95908024683992cd03df5cf99cc/view)
 
Place of Performance
Address: Virginia Beach, VA 23459, USA
Zip Code: 23459
Country: USA
 
Record
SN05897775-F 20210124/210122230058 (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 |
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.