Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2023 SAM #7995
SOURCES SOUGHT

R -- Facility Investment & Facility Support Services @ The Hybrid Cloud Services Facility, Kansas City, Missouri

Notice Date
10/16/2023 4:08:36 PM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2517
 
Response Due
10/25/2023 11:00:00 AM
 
Archive Date
11/09/2023
 
Point of Contact
VALERIE NORRIS, Phone: 7573410087, Pamela Waller
 
E-Mail Address
valerie.norris@navy.mil, pamela.a.waller2.civ@us.navy.mil
(valerie.norris@navy.mil, pamela.a.waller2.civ@us.navy.mil)
 
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 small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting 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 to perform a proposed contract. 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, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed sixty (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 Facility Investment Services for Facilities, Ground Structures, Personal Property Equipment, and Installed Equipment and Systems at The Hybrid Cloud Services Facility, Kansas City, Missouri. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material and equipment, required to perform maintenance, repair, alteration, demolition and minor construction for the following: Building Systems:� HVAC, Fire Protection, Electrical Uniterruptible Power Systems (UPS), Leak Detection System, Locksmith, Tools and Equipment Certifications, Other Calibrations and Certificates as needed and others services as required by the RFP.� 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 238210, size standard $19.0 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: � 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:� Facility Investment Service Contract with a yearly value of at least $350,000 for recurring services. Scope: �Offeror must have provided all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services such as those described in the Performance Work Statement (PWS). Complexity:�� Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.� (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) 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. Electronic submission will be accepted.� Responses to this Sources Sought Notice shall be emailed to valerie.norris@navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 25 October 2023 . Questions regarding this sources sought notice may be emailed to Valerie Norris, Contracting Specialist at valerie.norris@navy.mil or via telephone at (757) 341-0087.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48ec5eced6444696ae0f13332f768818/view)
 
Place of Performance
Address: Kansas City, MO 64108, USA
Zip Code: 64108
Country: USA
 
Record
SN06860651-F 20231018/231016230050 (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.