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

Agency:
State: Pennsylvania
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159116474306755
Posted Date: Oct 16, 2023
Due Date: Oct 31, 2023
Source: Members Only
Follow
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
Active
Contract Opportunity
Notice ID
N4008523R2849
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
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 16, 2023 07:50 am EDT
  • Original Response Date: Oct 31, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Philadelphia , PA
    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) 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 .


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 16, 2023 07:50 am EDTSources Sought (Original)

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 >