Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2022 SAM #7384
SOLICITATION NOTICE

Z -- Crane Maintenance, Repair & Certification Services

Notice Date
2/15/2022 12:47:47 PM
 
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
N4008522R2526
 
Response Due
3/2/2022 1:30:00 PM
 
Archive Date
03/01/2023
 
Point of Contact
Clifton Gaither, Phone: 91045125825229, Fax: 9104515629, Regenia D. Guest, Phone: 91045125825223, Fax: 9104515629
 
E-Mail Address
clifton.gaither@navy.mil, regenia.d.guest@navy.mil
(clifton.gaither@navy.mil, regenia.d.guest@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Required Notice posted late: The intent of this Pre-Solicitation synopsis is to notify potential offerors of the upcoming solicitation to perform general maintenance, service, repairs & certifications necessary to �maintaining cranes, hoists, trackage, and vehicle lifts to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the equipment. at Marine Corps Base, Camp Lejeune, NC and Marine Corps Air Station Cherry Point, North Carolina. The Contractor shall perform maintenance, repair, alternation, demolition, inspections, and minor construction for the follow: ����������� Building Systems: Weight Handling Equipment (WHE) Vertical Transportation Equipment (VTE) Trackage Crane and Elevated Crane The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the FI function.� All maintenance and repair shall be performed by personnel trained and certified by the OEM.� Personnel maintaining, repairing, inspecting, testing, operating, or rigging WHE shall be qualified per NAVFAC P-307. Personnel inspecting and testing crane trackage shall be qualified per NAVFAC Instruction 11230.1. Personnel maintaining and inspecting VTE must be trained and certified per NAVFAC MO-118. Inspections/Testing on Vehicle Lifting devices are done in accordance with ASME PALD-2009 OR ANSI/ALI ALOIM standards.� Prior approval by the Contracting Officer needed if other standards are being considered.� The standard applies to the design, testing, operation, maintenance and inspection of vehicle lifting devices, hydraulic jacks, vehicle support jacks, vehicle ramps, and high reaches fixed stands, and fixed vehicle lifts. Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200. 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. A complete list of specifications will be included in the solicitation. The abovementioned maintenance, service, repair & certification work will be conducted at Marine Corps Base Camp Lejeune, NC & Marine Corps Air Station Cherry Point, NC.� More details of the scope of work will be provide in the solicitation. The required North American Industry Classification System (NAICS) code for this requirement is 811310, Facilities Support Services with a size standard of $8,000,000.00, and will be verified. This procurement will be a 100% Set-Aside for Certified Small Businesses. The applicable Service Contract Act (SCA) Wage Determination is 2015-4389, Revision No. 19, dated 12/27/2021. �A complete copy of the wage determination can be found at https://www. SAM.gov. The Government anticipates awarding a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a base period of one (1) year plus four (4) twelve-month option periods, to be exercised at the discretion of the Government. �The total term of the contract, if all options are exercised, will be for 60 months. �The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR clause 52.217-8, �Option to Extend Services�. �In either case, the Government will not synopsize the options when exercised. The Government intends to use FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) and FAR 15.305(a) (2) Proposal evaluation procedures. �The solicitation utilizes Source Selection Procedures, which require offerors to submit information such as: technical capability, safety history, price, (or cost), and past performance data in their proposal for evaluation by the Government.� The resultant contract will replace a FFP/IDIQ contract for services awarded 15 May 2017, that stood for a base period of (1) year, four (4) option periods, and extended for six (6) months.� The present contract final period will expire 14 May 2022. The incumbent contractor is Craneworks, LLC.� The solicitation will be available on or around 1 April 2022.� The estimated date for receipt of proposals is 30 days after the solicitation issue date.� This solicitation will be available in electronic format only.� Offerors can view and/or download the solicitation at https://www.SAM.gov.� Qualified Contractors must be registered in the System for Award Management (SAM), which maintains all of the required certifications to valid: DUNS numbers, Cade Codes, and contractors� entity status. �Contractors are encouraged to register for the solicitation when downloading from the https://www.SAM.gov website.� Only registered contractors will be notified by Email when amendments to the solicitation are issued, amendments must be signed and return with the submitted proposal.� All documents will be in the Adobe Acrobat PDF file format via the Internet.� The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Telephonic inquiries will not be accepted. �Please direct questions to the Contract Specialist, Cliff Gaither via email at clifton.gaither@navy.mil, Monday through Friday from 06:00 a.m. to 4:30 p.m. Alternate Points of Contact: Regenia D. Guest���������������������� Contracting Officer���������������������������� Email: regenia.d.guest.civ@us.navy.mil��� ���������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3fcc2ada3f934c38aa69b5f7e3afdc68/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN06242963-F 20220217/220215230112 (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.