Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOURCES SOUGHT

S -- Maintenance and management of swimming facilities for Norfolk Naval Shipyard and and Joint Expeditionary Base Little Creek –Fort Story

Notice Date
2/8/2011
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R3071
 
Response Due
2/18/2011
 
Archive Date
3/18/2011
 
Point of Contact
Kyle Beagle
 
E-Mail Address
757-341-1661<br
 
Small Business Set-Aside
Total Small Business
 
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. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of managing, operating, and maintaining swimming pools. The work is primarily located at Norfolk Naval Shipyard, Portsmouth, Virginia and Joint Expeditionary Base Little Creek “Fort Story, Virginia Beach, Virginia. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, and Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. The successful contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide Swimming pool management services that shall include, but not limited to swimming pool maintenance, cleaning, facility operations including issuing of equipment, and opening and closing the pools as scheduled. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, with a base period and two(2) one year option periods. The order will specify the exact locations and types of work to be accomplished. The anticipated contract award date for these services is 31 August 2011. The North American Industry Classification Standard (NAICS) code for this procurement is 561790 with a small business size standard of $7 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services 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. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following: COMPANY PROFILE to include:(1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer ™s Name, Telephone Number and Email; (4) Contracting Officer ™s Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. RESPONSES ARE DUE NLT 18 Feb 2011 AT 2:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO: Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742 Maryland Avenue, (BLDG Z-140, Room 117), Norfolk, Virginia 23511-3689 ATTN: Kyle Beagle ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Kyle Beagle via email at Kyle.Beagle@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R3071/listing.html)
 
Record
SN02375627-W 20110210/110209060418-2980dac7180601858efca5d6f60a2b95 (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.