Maintenance and Repair of Government Owned Mobile Cranes
This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery /... This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery / Indefinite Quantity contract with Non-Recurring services for Government Owned Mobile Cranes Maintenance and Repair Services at Naval Station Norfolk, Norfolk, VA and locations within a 50-mile Radius. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Maintenance and Repair of Government Owned Mobile Cranes services at Naval Station Norfolk, Norfolk, Virginia and other locations within a 50-mile radius. The intent of this contract is to perform crane and equipment maintenance and repair services. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations. The work includes, but is not limited to, Major and Minor Crane Service or Repair, Crane Trouble Shooting, Crane Preventative Maintenance (PM), Type A, B, and C Requirements (As defined in Appendix C of the P-307). All contractor’s personnel shall be journeyman level experienced with a minimum of one year’s experience in the trade disciplines. The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Price technically Accepable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest priced to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intend to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size. A maintenance service contract for non-recurring services with a yearly value of at least $200,000.00, or individual task orders which when combined, have a yearly value of at least $200,000.00. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform crane and equipment repair services inclusive of Major and Minor Crane Service or Repair, Crane Trouble Shooting, Crane Preventative Maintenance (PM), Type A, B, and C Requirements (As defined in Appendix C of the P-307). All contractor’s personnel shall be journeyman level experienced with a minimum of one year’s experience in the trade disciplines. Complexity: Demonstrate the ability to respond simultaneously to emergent service calls (Annex 17 Spec Item 2.3.12) and maintenance requirements for repair, alteration, and minor services at various locations throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Card is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 811310; the size standard is $8.0M. The proposed procurement listed herein will be issued on an unrestricted basis. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the System for Award Management (SAM) beta website on or about 08 December 2020. The estimated proposal due date shall be at least 30 days after the RFP is posted. Contractors - Technical inquiries must be submitted in writing to Darlene H. Tucker (darlene.tucker@navy.mil) 10 days prior to the RFP due date. The site address is https://beta.sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the https://beta.sam.gov website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.SAM.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Maintenance and Repair of Government Owned Mobile Cranes
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT AN INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This notice is a market research tool used for plann... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT AN INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS 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 Invitation for Bid (IFB). Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking to identify eligible small business firms capable of providing all labor, management, supervision, tools, material, and equipment required to provide Mobile Crane Maintenance work. 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. 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. 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. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The Non-Recurring work may be ordered utilizing FEDMALL, or on a Task Order, on a need basis. The order will specify the exact locations and type of rental to be accomplished. The proposed requirement will be for a base period with four, one-year option periods, which cumulatively will not exceed sixty (60) months. In accordance with FAR Part 14, Sealed Bidding procedures will be used to award to the responsible bidder whose bid, confirming to the invitation to bid will be the most advantageous to the Government, considering only price and the price-related factors included in the invitation. The work site locations may be anywhere within a 50 mile radius of Naval Station Norfolk, Norfolk, Virginia. The vast majority of routine service work is expected to take place on board the Naval Station Norfolk complex. Unless otherwise directed by the Government, detailed / complex repairs are to be performed at the contractors “off-site” facility. To allow for inspection / review of work by the Government; contractors repair facility shall be located within the Greater Tidewater VA Metro Area (ie: within 50 mile radius of Naval Station Norfolk, VA). The Government shall retain the sole right to determine which repairs will be considered as detailed / complex. The Government shall retain the right to perform unannounced in process site visits (Government to provide courtesy 30 min notice of arrival). General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Maintenance and Repair of Government Owned Mobile Cranes services at Naval Station Norfolk, Norfolk, Virginia and other locations within a 50-mile radius. The intent of this contract is to perform crane and equipment maintenance and repair services. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations. All contractor’s personnel shall be journeyman level experienced with a minimum of one year’s experience in the trade disciplines. All qualified firms are encouraged to respond. The anticipated contract award date for these services is April 06, 2021. The North American Industry Classification Standard (NAICS) code for this procurement is 811121 with a small business size standard of $8 million. SUBMITTAL REQUIREMENTS: It is requested that interested parties submit a brief capabilities package not to exceed 10 pages in length that demonstrates the ability to provide 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, at a minimum, the following: This capabilities package shall address, at a minimum the following: RELEVANT EXPERIENCE: 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 $300,000.00, or individual task orders which when combined, have a yearly value of at least $300,000.00. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform crane and Equipment repair services. Complexity: Demonstrate the ability to respond simultaneously to service calls (routine, urgent, and emergency) and maintenance requirements for repair, or troubleshooting to cranes. Demonstrate the ability to manage competing priorities in order to support customer demands. 2. Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code. 3. Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. 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 is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will also be accepted, please email to. Responses must be received no later than 2:00 PM Eastern Standard Time on September 07, 2020. Questions regarding this sources sought notice may be addressed to Darlene Tucker at the above address, by email at darlene.tucker@navy.mil, or via telephone at (757) 341-0093.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »