Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOLICITATION NOTICE

J -- REPLACE ELEVATORS CONTROL

Notice Date
7/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-05-R-4216
 
Response Due
7/15/2005
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT NOTICE REPLACE ELEVATOR CONTROLS, B-200H NAVFAC MIDWEST, GREAT LAKES, IL This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. The intent of this sources sought notice is to identify potential 8(a) , HUBZone and Service Disabled Veteran Own Small Busines (SDVOSB) offerors capable of performing construction work which includes control replacement and CAB replacement on elevators at Naval Hospital, Great Lakes, Illinois. NAVFAC Midwest, Great Lakes, Illinois is seeking interest from 8(a) firms in the SBA?s Illinois District including, participants with bona-fide places of business within this district. The NAICS Code for this proposed procurement is 238950 and the annual size standards is $12 Million. This proposed solicitation is being considered as a set-aside under Section 8(a) of the Small Business Act. Estimated cost of this potential contract is between $$2,145,000 and $2,620,000. The contract will have Base repair items with 16 options for additional work to be exercised if required. This work includes but is not limited to the provision of a complete full duplex emergency telephone system, two top of car light controllers, automatic self-leveling devices, safety devices, heavy duty direct current motor driven door operators, controls, and restrictors, solid state detector devices, new call buttons, new registration lights, cluster type LED hall lanterns and electronic door chimes, applied car stations, car enclosures, position indicators, electric signal bells, cab supervisory system, battery powered emergency lighting, and operational and traffic peak control features. The construction work on each elevator also includes but is not limited to the refurbishing of guide rails, oil buffers for car and counterweight, pit equipment, Chicago elevator type 30SL gearless traction machines, existing Hollister Whitney governors, counterweights, existing car and counterweight roller guides, traction steel hoisting ropes and compensating ropes, hoist way doors, frames, and sills, door hangers tracks and interlocks, and car frame, platform, and platform isolation rubbers. The interior of each cab shall be provided with finishes including but not limited to new cylindrical handrails, wall surface panels, lighting, and flooring. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a competitive 8(a), HUBZone or SDVOSB set-aside acquisition. Interested 8(a), HUBZone or SDVOSB sources must submit a Statement of Capabilities (SOC), which describes in detail the firm?s capability to perform the work. Your SOC shall include the following: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a), HUBZone or SDVOSB Certification. (5) If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist. (6) Registered in the Department of Defense Central Contractor Registration (CCR) database (7) Licensed/Bonded and fully capable to perform construction work under the NAICS Code Series 235, 238 and 811. (8) Positive statement of eligibility as a 8(a) under NAICS Code 238950, with an average annual gross revenue of not more than $12 million for the last three complete fiscal years; (9) Certifications/ Resumes and past performance documentation of a minimum of five (5) previous projects completed within the last five (5) years that are similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime and all planned subcontractors, experience in mobilizing and managing a large workforce. (10) Must provide verifiable proof of your bonding capability up to a $6 million. (11) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed with in the last five years. The following information (Government or Commercial) shall be provided for each of your references: (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer?s name, current telephone number; (d) Contracting officer?s technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, sot plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award and final contract value; (h) Summary of contract work. (12) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Navy to determine the firm?s qualifications to perform the defined work. The SOC must be on 8 ? by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section tabbed. Interested parties shall mail or hand deliver their responses to NAVFAC Midwest, Attention: Jerry Smith, Contract Officer, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than 15 July, 2005 at 12:00 p.m. Central Standard Time. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Navy, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice.
 
Place of Performance
Address: Great Lakes Hospital 200-H, Great Lakes, IL 60088
 
Record
SN00841487-W 20050707/050705212043 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.