Class III Training Support Equipment Maintenance and Repair Services

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159769852808152
Posted Date: Apr 19, 2024
Due Date: Apr 29, 2024
Solicitation No: N4008524R2658
Source: Members Only
Follow
Class III Training Support Equipment Maintenance and Repair Services
Active
Contract Opportunity
Notice ID
N4008524R2658
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 01:30 pm EDT
  • Original Response Date: Apr 29, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J039 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    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 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, 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, material and equipment required to perform Facility Investment for Class III Training Support Equipment Maintenance and Repair Services at Naval Air Station Oceana, Virginia Beach, Virginia and Norfolk Naval Station, Norfolk, Virginia.



General Work Requirements:



The intent of Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment.



The Contractor shall perform maintenance, repair, alteration, demolition, and minor construction for the following: Building Systems: HVAC, Service Air, Chilled Water, De-ionized Water, Electrical: 4000 Hz Converters and Regulators.



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 811310, size standard $12.5 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 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: A Facility Investment Services contract with a yearly value of at least $200,000 for recurring services.



Scope: Offeror must have provided all labor, management, supervision, tools, material and equipment required to perform Facility Investment for Class III Training Support Equipment Maintenance and Repair Services.



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, 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.



Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to darlene.h.tucker.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 29 April 2024. Questions regarding this sources sought notice may be emailed to darlene.h.tucker.civ@us.navy.mil or via telephone at (757) 341-0093.




Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2024 01:30 pm 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 >