Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOURCES SOUGHT

Z -- Industrial Utilities - Structural, Mechanical, Electrical (SME) and Repairs contract for Portsmouth Naval Shipyard, Kittery, ME and other areas of responsibility

Notice Date
11/23/2009
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008510R5605
 
Response Due
12/7/2009
 
Archive Date
2/8/2010
 
Point of Contact
Margaret Bell (Harris) at(207) 438-4612 or Jackie Johnston at (207) 438-4602
 
E-Mail Address
margaret.harris@navy.mil
(margaret.harris@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic, Contracts Office, Public Works Maine, Portsmouth Naval Shipyard, Portsmouth, NH is seeking eligible firms capable of performing construction services for the following project for PWD Maine, Portsmouth Naval Shipyard, Portsmouth, NH and other facilities under the PWD Maine area of responsibility.Description of proposed project:Services will be performed primarily at Portsmouth Naval Shipyard, Kittery, ME, but may also be provided to other areas under PWD Maine's area of responsibility. Those areas may include, but not be limited to Naval Facilities in Brunswick, Rangeley and Prospect Harbor, Maine, as well as Naval Operational Support Centers and other sites served by PWD Maine in New Hampshire, Massachusetts, Vermont, Connecticut and New York. The requirement includes providing materials; equipment; transportation; supervision for the services listed below: In support of primarily industrial structures and buildings, the inspection, testing, maintenance and repairs to mechanical and electrical systems, security barriers, and diesel generators. Work includes, but is not limited to, performing inspections, testing, providing reports, technical analyses, cost estimates, performing preventive maintenance and repairs to mechanical and electrical systems, equipment and components, underground mechanical and electrical equipment and components. Work also includes inspection, testing, maintenance and repairs to high voltage electrical distribution equipment, Utility Locate Services at Government Excavation/Project Sites, and water purification services. The total price magnitude is between $10,000,000.00 and $20,000,000.00. All Service Disabled Veteran (SDV) small businesses, certified HUB Zone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine if a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS code for this procurement is 236210. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. Ensure this relevant experience includes examples of all work described in the above described project. (2) Company Profile to include: 1Number of employees. 2Office location(s). 3Available bonding capacity per contract. 4DUNS number. 5CAGE Code. 6A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE NLT 7 DEC 2009, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package will not be accepted. The package shall be sent, by mail or hand carried, to: NAVFAC, Mid-Atlantic, PWD Maine - Bldg. 59, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 Attn: Margaret Bell (Harris)Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Margaret Bell (Harris) by email at margaret.harris@navy.mil or phone # (207)-438-4612.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008510R5605/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME and other areas of responsibility, Kittery, ME
Zip Code: 03904
 
Record
SN02009676-W 20091125/091123235708-9bc3686641fbdfbe41edec8d32072e45 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.