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

S -- FACILITIES INVESTMENT SERVICES FOR PREVENTIVE MAINTENANCE, REPAIR, AND ALTERATION OF HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) EQUIPMENT AT THE PHILADELPHIA NAVY YARD ANNEX AND NAVAL SUPPORT ACTIVITY (NSA), PHILADELPHIA, PA

Notice Date
10/16/2023 4:50:34 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2849
 
Response Due
10/31/2023 11:00:00 AM
 
Archive Date
12/30/2023
 
Point of Contact
Phylysha Cherry, Pamela Waller
 
E-Mail Address
phylysha.a.cherry.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil
(phylysha.a.cherry.civ@us.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 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 at the Philadelphia Navy Yard Annex, Philadelphia, PA and the Naval Support Activity (NSA), Philadelphia, PA. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform maintenance, repair, alteration, demolition and minor construction for the following: 1502000 C � Facility Investment The intent of 1502000 C Facility Investment is to specify the requirements related to the maintenance and repair of HVAC systems including, but not limited to chillers, cooling towers, air handlers, variable air volume units, package units, make up air units, air rotation units, air conditioner split systems, mini split systems, variable refrigerant flow systems, heat pumps, package terminal units, dehumidifiers, humidifiers, unit heaters, infrared heaters, fan coil units, radiant heat systems, condensate pumps, window air conditioning units, circulator pumps, exhaust fans, associated water treatment injection pumps and water softener systems. ��� -Boilers (excluding Central Utility Plant Boilers) ��� -DDC for HVAC Systems 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 $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: � (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:� Facility Investment Service Contract with a yearly value of at least $1M for recurring. Scope: �The 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 phylysha.a.cherry.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 31 October 2023 . Questions regarding this sources sought notice may be emailed to Phylysha Cherry at phylysha.a.cherry.civ@us.navy.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6dc90ea6569e4d41877378b807298920/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN06860665-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.