Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOURCES SOUGHT

Z -- Commercial Building Support - Structural, Mechanical, Electrical (SME) contract for Portsmouth Naval Shipyard, Kittery, ME and other areas of responsibility

Notice Date
1/13/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008510R5604
 
Response Due
1/27/2010
 
Archive Date
2/28/2010
 
Point of Contact
Margaret A. Bell (Harris) at (207) 438-4612 or Jackie Johnston at (207) 438-4602
 
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.Description of proposed project:PWD Maine, Portsmouth Naval Shipyard, Kittery, ME The requirement includes providing materials; equipment; transportation; supervision for the services listed below: Maintenance of approximately 300 HVAC units, consisting of primarily of inspection, testing, cleaning, lubrication, adjustment, calibration, and minor part and component replacement as required to verify proper system operation. Testing, inspection and certification of approximately 12 boilers and 28 pressure vessels by a certified Inspector. Maintenance and repair of approximately 10 boilers. Cleaning and inspection of roof drains and gutters. Repair and installation of windows, personnel doors and miscellaneous structural components. Maintenance of approximately 69 water filters. Maintenance, repair, and alteration of vertical transportation equipment systems to ensure they are fully functional and operational and certified per ASME A17.1. Pump, clean, and dispose of the solids, liquids, and nonhazardous contaminants from sewage systems at an approved facility. Inspection, testing, maintenance and repair of the building electrical panels. Inspect and report condition of all equipment (i.e. valves, piping, gages, thermometers, pumps, etc.) and room condition in mechanical rooms. Clean debris from all superstructure surfaces, bridge bearings, and top surfaces of piers and abutments of Bridges 1 and 2. Inspect, test, repair, certify, and install backflow preventers (BFPs). Remove and reinstall center pod, security barriers. Minor maintenance and repairs to flat roof systems. Inspection; testing and miscellaneous repairs to lightning protection systems. The total contract 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 NAICS code for this procurement has been changed from 238210 to 561210, therefore interested businesses are strongly encouraged to resubmit packages under the revised NAICS code. 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 PWD Maine - Portsmouth Naval Shipyard, Kittery, ME project above. (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 27 Jan 2010, 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/N4008510R5604/listing.html)
 
Place of Performance
Address: PWD Maine, Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN02041899-W 20100115/100113235515-b862b3b0f20d97570b0e69447966a9c1 (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.