NUWC 1246 VPT Roof Hatch Replacement
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at th... THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. 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. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT PWD Newport) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the government. A Firm-Fixed Price contract is anticipated. The total contract term including any options, shall not exceed 12 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform the VPT Roof Hatch Replacement at Building 1246, Naval Undersea Warfare Center (NUWC), Newport, Rhode Island. General Work Requirements: The existing roof door hatch at the B246 VPT facility was damaged by high winds in March 2016. The existing roof door hatch has been temporarily secured with strapping and a tarp. This work requires replacing the existing roof hatch door with a new replacement sliding roof hatch. The 1246 VPT facility roof top level is approximately 63 ft above adjacent grade. The side width dimensions (plan dimensions) of the VPT facility are 52 ft x 54 ft. The roof hatch is located approximately in the middle of the roof. The existing roof hatch is approximately 15'-8" x 15'-8" out to out and has two leafs approximately 7'-10" that swing outward (upward) into the open position. Removal of the existing door hatch and installation of the new roof hatch door assembly will require use of a crane. The existing roof hatch door assembly rests on a structural steel curb that is approximately 3 ft high above the roof deck. This curb is integral with the steel roof framing and will remain. Roof membrane runs up each side and terminates at the top of the curb framing, beneath the roof hatch assembly frame. The proposed replacement roof hatch is a sliding type roof hatch assembly. The roof hatch door will slide laterally on wheels along rails mounted on back track framing. All Small Business, Small Disadvantaged Business, Woman Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) 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. All qualified firms are encouraged to respond. The appropriate NAICS code is 238990. It is requested that interested parties submit a brief capabilities package not to exceed (5) pages. This capabilities package shall address, at a minimum the following: Contractor capabilities: •- Experience installing large and complex operable roof hatches and doors. •- Possess electrical and mechanical expertise for operable and automatic roof hatch / door installations. •- Experience working at elevated levels for the door installation, i.e. roof top equipment. •- Experience with weight handing operations on Naval Facilities in accordance with P-307. • Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of Contact. Size: A maintenance service contract with a yearly value of at least $170K or greater for recurring services Indefinite Quantity / Indefinite Delivery values for infrequence work will not be considered similar in size. Scope: Demonstrate the ability to support the operation, installation, modification, repair, maintain, and re-engineering of required work. The work shall include similar worked prescribed in removal of existing roof door hatch. Contractor shall be specialized in roof mounted equipment. •(2) Company Profile, to include number of offices and number of employees per office, annual receipts, office locations, available bonding capacity, DUNS number, and CAGE code. •(3) Please indicate If you are a Small Business, Small Disadvantaged Business, Woman Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses •(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package ins not a prerequisite to nay potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: ATTN: Cam Ormiston NAVFAC MIDLANT - PWD/FEAD Naval Station Newport BLDG 1 SIMONPIETRI DRIVE NEWPORT, RI 02841-1712 Responses must be received no later than 4:00PM Eastern Standard Time on August 5, 2019. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Cam Ormiston at the above address, email at Cameron.ormiston@navy.mi, or via telephone at (401) 841-1564.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »