Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOURCES SOUGHT

49 -- Preventative Maintenance and Inspection of Hydrosite Closed Loop Vehicle Wash Systems installed at Marine Corp Reserve Centers

Notice Date
7/15/2005
 
Notice Type
Sources Sought
 
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, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-05-R-2353
 
Response Due
7/15/2005
 
Point of Contact
Darrall Lafayette, Contract Specialist, Phone 843-820-5749, Fax 843-820-5819, - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854,
 
E-Mail Address
Darrall.Lafayette@navy.mil, berrysa@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Partial Small Disadvantage Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-05-R-2353. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties a with priority on Service Disabled Veteran Owned Small Business – first priority, 8(a) firms – second priority, and HubZone Small Business third priority to provide Preventative Maintenance and Inspection of Hydrosite Closed Loop Vehicle Wash Systems installed at Marine Corp Reserve Centers. The locations of the Marine Corp Reserve Centers are (1) NAS/JRB Fort Worth, TX, (2) Rochester, NY, (3) Ebensburg, PA, (4) Garden City, NY, (5) Galveston, TX, (6) AFRC Floyd Bennett Field, Brooklyn, NY, (7) Reading, PA, (8) Alameda, CA, (9) South Bend, IN, and (10) Knoxville, TN. In addition the contract requires the contractor to provide annual training at each site on how to run and maintain the system. The Contractor shall provide all labor, transportation, materials, and equipment to accomplish the requirements of task orders issued by the Contracting Officer. The 2002 NAICS Code for the proposed acquisition is 811310, Hydraulic Equipment Repair and Maintenance Services, and the small business size standard is $6 Mil. Federal Supply Code is 4940, Miscellaneous Maintenance Equipment. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a or HubZone Small Business or Unrestricted. Proposals will be evaluated using source selection procedures that will result in award of an Indefinite-Quantity Contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. The competitive field will be required to submit technical and price proposals for the project. The estimated cost of this acquisition is between $93,670.20 and $104,078.00. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: NAME OF COMPANY: ADDRESS: POINT OF CONTRACT: PHONE/FAX/EMAIL ADDRESS: 1. What is your company size under NAICS 811310 2. Does your company regularly engage in the business of providing training in the operation and preventative maintenance of the Hydrosite closed loop vehicle wash facilities built by Hydro Engineering, Inc. 3. How long has your company provided these types of services? 4. If so, please list the specific types of tasks/services provided. 5. Please list any contracts your company is currently performing that would be considered the same as or similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, type, award amount, final contract amount and references with name and phone number. 6. Does your company normally submit a proposal as its own business entity or as a joint venture when competing for this type of work? When competing as a joint venture, list those firms with whom you were affiliated. 8. Does your company have the ability to provide services in Texas, New York, Pennsylvania, California, Indiana, and Tennessee? 9. How do you normally structure the prices on regional contracts? i. e. by site, region, state, area, etc. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Darrall E. Lafayette at Darrall.Lafayette@navy.mil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Darrall Lafayette, Code OPT2ACQDEL, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received no later than July 29, 2005 by 3 pm, EST. Point of Contact Darrall E. Lafayette, Contract Specialist; Phone 843-820-5749; Fax 843-820-5819; Email: Darrall.Lafayette@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-AUG-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-05-R-2353/listing.html)
 
Place of Performance
Address: Texas, New York, Indiana, California, Pennsylvania, and Tennessee
 
Record
SN00862992-F 20050806/050804213444 (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.