Base-wide Elevator (Vertical Transportation) Maintenance and Repair (Naval Station Great Lakes)

Agency:
State: Illinois
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159937423314871
Posted Date: Mar 12, 2024
Due Date: Mar 27, 2024
Source: Members Only
Follow
Base-wide Elevator (Vertical Transportation) Maintenance and Repair (Naval Station Great Lakes)
Active
Contract Opportunity
Notice ID
N4008524R2584
Related Notice
ACQR5982974
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 12, 2024 01:57 pm EDT
  • Original Response Date: Mar 27, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: J035 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
  • Place of Performance:
    Great Lakes , IL 60088
    USA
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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Base-Wide Elevator Maintenance Onboard Naval Station Great Lakes, IL.



General Work Requirements:





The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to:





1502000 C – Facility Investment



The contractor shall provide all labor, materials, supervision, transportation, equipment, demolition, minor construction and quality control for the management, operation, alteration, diagnostic, troubleshooting and repairs of facilities and equipment for the maintenance, sustainment, restoration, and modernization of vertical transportation equipment (e.g. elevators).





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 non-price 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 non-price 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.



For Factor 2 Corporate Experience and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation.





Size: A vertical transportation equipment maintenance and repair services contract with a yearly value of at least $250,000.00 for recurring services.



Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide vertical transportation equipment maintenance and repair services as described in the Performance Work Statement (PWS).



Complexity: The 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 4 one-year option periods which, cumulatively, will not exceed sixty months.





The proposed procurement will be issued as a NAVFAC Mid-Atlantic 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) for this procurement is 238290; the size standard is $22.0 million.



The proposed procurement listed herein is a competitive women-owned 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 around 27 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 Asia Bracey, (asia.c.bracey.civ@us.navy.mil) 10 days prior to the RFP due date.



The SAM 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 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/.





This contract will replace the contract for similar services. The current contract is N40085-19-D-8305, Elevator Maintenance and Repair Services at Naval Station Great Lakes, Great Lakes, IL.





The current contract expires 30 June 2024.










Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
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 >