Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOLICITATION NOTICE

J -- Facility Investment Services for Electrical Maintenance and Repair Services in the Hampton Roads, Virginia AOR

Notice Date
3/6/2023 2:07:50 PM
 
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
N4008523R2630
 
Response Due
3/21/2023 11:00:00 AM
 
Point of Contact
Matthew Collins, Phone: 7573410090
 
E-Mail Address
matthew.a.collins51.civ@us.navy.mil
(matthew.a.collins51.civ@us.navy.mil)
 
Description
This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery / Indefinite Quantity contract with recurring and non-recurring services to provide Facility Investment and Management Services for Electrical Maintenance and Repair Services at Norfolk Naval Station, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Norfolk, Virginia; Naval Weapon Station, Yorktown, Virginia; and Norfolk Naval Shipyard, Portsmouth, Virginia and Other Areas of Responsibility (AOR). General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment and Facilities Management services for Electrical Maintenance and Repair Services at Norfolk Naval Station, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Norfolk, Virginia; Naval Weapon Station, Yorktown, Virginia; and Norfolk Naval Shipyard, Portsmouth, Virginia and Other Areas of Responsibility (AOR). The intent of solicitation section 1501000 Facility Management is to specify the requirements for Utility Condition Assessment Program (UCAP) support. The intent of Annex 1602000C Utility Electrical Maintenance is to provide Preventative Maintenance and Repair of Government Owned High Voltage Electrical Distribution equipment Inspection, Testing, Repair, or Replacement and Condition Reporting for the following types of equipment: High voltage and Medium Voltage Electrical breakers, Electrical Transformers, Electrical Disconnects, Electrical Switches and High Voltage Splices.� Equipment may be automatic, semi-automatic, or manual in operation. The work is identified as a Facility Support, Indefinite Delivery / Indefinite Quantity Performance-Based 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 � Technical Approach/Management, Factor 2 � Recent, Relevant Experience of the Firm, Factor 3 � Safety, Factor 4 � Small Business Utilization, and Factor 5 � Past Performance.� For�Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance: The offeror to submit projects that are similar in size, scope and complexity to the following:�� Size:� Electrical Maintenance and Repair Services with a yearly value of at least $3,500,000. Scope:� The Offeror must have provided all labor, management, supervision, tools, material, and equipment to specify the requirements for facility Utility Condition Assessment Program (UCAP) support and provide Preventative Maintenance and Repair of Government Owned High Voltage Electrical Distribution equipment Inspection, Testing, Repair, or Replacement and Condition Reporting for the following types of equipment: High voltage and Medium Voltage Electrical breakers, Electrical Transformers, Electrical Disconnects, Electrical Switches and High Voltage Splices and other services as defined by the RFP.� Equipment may be automatic, semi-automatic, or manual in operation. Complexity:� Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes. 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, 4 one-year option periods, and one 6 month option period, which cumulatively will not exceed 66 months.� The proposed procurement will be issued as a NAVFACSYSCOM 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 $41.5M.� The proposed procurement listed herein is a �Full and Open� unrestricted procurement.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 21 March 2023. 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�Matthew Collins, (matthew.a.collins1@navy.mil) 10 days prior to the RFP due date.� The SAM site address is https://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 SAM 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffd016f20f2346d7bf16772789fa7a72/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06609163-F 20230308/230306230103 (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.