Virginia Bids > Bid Detail

MAINTENANCE OF PNEUMATIC TEMPERATURE CONTROL SYSTEMS AND EQUIPMENT AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA; ST. JULIENS CREEK ANNEX, PORTSMOUTH, VA; AND NAVAL STATION NORFOLK, NORFOLK, VA

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159189918950157
Posted Date: Oct 27, 2022
Due Date: Nov 4, 2022
Solicitation No: N4008523R2538
Source: https://sam.gov/opp/37e336daf4...
MAINTENANCE OF PNEUMATIC TEMPERATURE CONTROL SYSTEMS AND EQUIPMENT AT NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA; ST. JULIENS CREEK ANNEX, PORTSMOUTH, VA; AND NAVAL STATION NORFOLK, NORFOLK, VA
Active
Contract Opportunity
Notice ID
N4008523R2538
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 27, 2022 07:31 am EDT
  • Original Response Date: Nov 04, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 04, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    VA
    USA
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) 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, Performance-Based contract with both 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 necessary to provide maintenance of pneumatic temperature control systems and equipment at Norfolk Naval Shipyard, Portsmouth, VA, St. Juliens Creek Annex, Portsmouth, VA, and Naval Station Norfolk, Norfolk, VA.

General Work Requirements:

The intent of Annex 1502000 Preventative Maintenance is to specify the requirements related to HVAC and Pneumatic Control improvements. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following; Building Systems, HVAC Pneumatic Controls, Compressed Air Systems for HVAC Pneumatic Controls.

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. The appropriate NAICS Code is 561210, size standard $41.5 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 (5) years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the area of responsibility (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: Preventative maintenance contract detailing HVAC repairs with a yearly value of at least $260,000. Non-recurring values for infrequent work will not be considered similar in size.

Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment for management, supervision, tools, materials, and equipment necessary to provide maintenance of pneumatic temperature control systems and equipment.

Complexity: Demonstrate the ability to provide qualified personnel, technical knowledge, experience and skills required to efficiently provide maintenance of building systems to include; HVAC Pneumatic Controls, Compressed Air Systems for HVAC Pneumatic Controls. In addition, demonstrate 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), 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 this Sources Sought Notice shall be submitted electronically to kristina.l.degroat.civ@us.navy.mil. Responses must be received no later than 2:00 PM Eastern Time on 04 November 2022. Questions regarding this sources sought notice should be emailed to Kristina DeGroat as indicated above.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >