Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2022 SAM #7408
SOURCES SOUGHT

J -- Plumbing Maintenance and Repair Services at Norfolk Naval Shipyard, Portsmouth, Virginia AOR

Notice Date
3/11/2022 12:42:18 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522R2646
 
Response Due
3/21/2022 11:00:00 AM
 
Archive Date
05/11/2022
 
Point of Contact
Janell Taylor, Phone: 7573410085, Fax: 7573410079, SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
janell.taylor@navy.mil, susan.roberts2@navy.mil
(janell.taylor@navy.mil, susan.roberts2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.� There will not be a solicitation, specifications, or drawings available at this time.� This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses. Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.� Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform Plumbing Maintenance and Repair Services at Norfolk Naval Shipyard, Portsmouth, Virginia, AOR and other locations as directed within a 50 mile radius. General Work Requirements: The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only.� The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work.� Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order.� Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs.� Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for interior plumbing and exterior plumbing and for the following: Related Utility Systems and Equipment: Low Pressure Steam, Condensate Pumps, Sump Pumps, Booster Pumps, Water Distribution Systems (fresh and salt), Sewage and Storm Water Systems and the related equipment Flood Control Valves. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.� All qualified firms are encouraged to respond. The appropriate NAICS Code is 238220, size standard $15 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: � (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A Plumbing Maintenance and Repair Services contract with a yearly value of at least $800,000.00 for recurring services.� Non-recurring values for infrequent work will not be considered similar in size. Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment required to perform maintenance, repair, alteration, demolition and minor construction for interior plumbing and exterior plumbing and for the following:� Related Utility Systems and Equipment: Low Pressure Steam, Condensate Pumps, Sump Pumps, Booster Pumps, Water Distribution Systems (fresh and salt), Sewage and Storm Water Systems and the related equipment Flood Control Valves. Complexity:� Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for various locations and buildings throughout the project areas (to include installation and annexes, if applicable).� Demonstrates the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. �(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to the sources sought notice shall be submitted electronically to janell.taylor@navy.mil.� Responses must be received no later than 2:00 PM Eastern Standard Time on 21 March 2022. Questions regarding this sources sought notice may be emailed to Janell Taylor at janell.taylor@navy.mil, or via telephone at (757) 341-0085.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/822d055b80f74cac82e46e7e78c1f67c/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06265155-F 20220313/220311230107 (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.