Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOLICITATION NOTICE

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
2/26/2024 4:17:43 PM
 
Notice Type
Presolicitation
 
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
 
Archive Date
09/30/2024
 
Point of Contact
Krystal Goodman, Phone: 7573411657, Pamela Waller
 
E-Mail Address
krystal.goodman@navy.mil, pamela.a.waller2.civ@us.navy.mil
(krystal.goodman@navy.mil, pamela.a.waller2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an�Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services�to provide Heating Ventilation Air Conditioning (HVAC) Services at various locations in Philadelphia and Mechanicsburg, Pennsylvania. Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform maintenance, repair, alteration, demolition and minor construction for the following: 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 The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government.� Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price).� The Navy will then evaluate the technical factors of the lowest priced proposal.� The Navy will award to the Lowest Priced Technically Acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. 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 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� � NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit contracts that are similar in size, scope and complexity to the solicitation.� Size:� Facility Investment Service Contract with with a yearly value of at�least $1,000,000 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. 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 with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC 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 NAICS Code is 238220, size standard $19.0 million. The proposed procurement will be solicited as a�Small Business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the�SAM.GOV�website on or about 12 March 2024.�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 Krystal Goodman at�krystal.goodman@navymil, 10 days prior to the RFP due date. The 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.GOV�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/bc80f5a77edd4365a8f1f4f65be68c1e/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN06976742-F 20240228/240226230050 (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.