SOLICITATION NOTICE
Z -- Fire Suppression Services at PNSY
- Notice Date
- 12/20/2021 7:38:02 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
- N4008522R2547
- Response Due
- 3/4/2022 11:00:00 AM
- Archive Date
- 12/20/2022
- Point of Contact
- Kara A. Holwick, Jeannette Vincent
- E-Mail Address
-
kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil
(kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR EITHER A QUOTE OR PROPOSAL. NO SPECIFICATIONS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid �Atlantic, Public Works Department Maine (NAVFAC MID-LANT PWD-ME), is seeking eligible business firms capable of performing a fire suppression system maintenance contract for multiple buildings on Portsmouth Naval Shipyard, Kittery, ME. This solicitation is being advertised as a total small business set aside, with small business office concurrence with the set aside determination.� The Northern American Industry Classification System (NAICS) code for this project is 811310, with a size standard of $8 Million. A Sources Sought notice for this procurement was posted on 03/17/2021 to Contract Opportunities, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a Total Small Business Set-Aside. The NAVFAC MIDATLANTIC Small Business Office concurs with this decision. The Request for Proposal (RFP) will be issued on or about 2/02/2022. �The procurement method is Contracting by Negotiation, FAR Part 15.� A proposal due date of approximately 3/04/2022 is anticipated for the subject project. 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 required to submit a technical proposal, corporate experience, safety documentation, past performance information, and a price proposal for evaluation by the Government. Offerors will be evaluated using the Lowest Price 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 priced to highest price). The Navy will then evaluate the technical factors of the one (1) 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 technically 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 technical and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services 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. Project description:� The intent of this project is to provide fire suppression maintenance and repair services at Portsmouth Naval Shipyard (PNSY) Kittery, ME. The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to: Maintain, repair, and alter Fire Suppression Systems to ensure they are fully functional and in normal working condition Perform service order work in a timely manner and ensure fire suppression equipment and systems are restored to a safe, normal working conditions and function properly. Respond to emergency service orders and arrest emergent conditions to minimize and mitigate damage to installed Fire Suppression equipment and systems and danger to personnel. Complete urgent service orders in a timely manner and ensure installed Fire Suppression equipment and systems are restored to a safe, normal working condition and function properly. Complete routine service orders in a timely manner and ensure installed Fire Suppression equipment and systems are restored to a safe, normal working condition and function properly. Develop and implement a PM program for installed Fire Suppression equipment and systems to ensure proper operation, to minimize breakdowns, and to maximize useful life. Perform maintenance on fire protection systems to ensure safe, reliable, uninterrupted fire protection service. Period of Performance:� The anticipated contract will include a 12-month base year and four 12-month option years, which, cumulatively, will not exceed sixty months. The completion date for the basic contract will be 365 days after date of award, approximately 30 June 2023. Options, if exercised, will end on 30 June 2027.� 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.� Historical Summary: This contract will replace a contract for similar services awarded in 2017 for $608,370.00 (firm-fixed-price) and $637,050.00 (indefinite quantity estimate). The current contract was awarded to Advanced Fire Protection Services, LLC. DUNS # 035194652, Cage Code 73PJ8, Small Business Concern, FFP/IDIQ Base plus 4 options (total 5 years). General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database https://www.SAM.gov; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year rom date of submission. Contractors will be searched against SAM to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. The Navy commenced a transition from the Navy Commercial Access Control System (NCACS) to the Defense Biometric Identification System (DBIDS) credentialing for contractors, visitors, vendors and suppliers requiring access to Navy installations. DBIDS is the new credential that will be accepted for all contractors, visitors, vendors and suppliers that require access to the installation. There is no charge for the DBIDS credentials. Requirements for getting base access will be sent in the RFP. The solicitation, once posted, will be available in electronic format only. All documents will be located on the Contract Opportunities website. The address is https://www.SAM.gov. ONLY REGISTERED CONTRACTS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DI
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/708a1c5ca8f345f4af851fda98e2c27e/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06201551-F 20211222/211220230112 (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 |