Crane Repair & Maintenance Services
PRE-SOLICITATION SYNOPSIS N40085-20-R-0152 This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors ... PRE-SOLICITATION SYNOPSIS N40085-20-R-0152 This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring at Joint Expeditionary Base Little Creek-Fort Story (JEBLCFS), Virginia Beach, VA, and any location within a 50-mile radius of that location. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Crane Maintenance and Repair Service to include; inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. 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 identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) Performance-Based contract with recurring and non-recurring work. 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 Priced Technically Acceptable (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 price 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 technical 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 non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends 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: Crane Maintenance and Repair service contract(s) with a yearly value of at least $30,000.00 or greater for similar services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will Not be considered. Scope: Demonstrate the ability to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide crane maintenance and repair support for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. All maintenance and repair shall be performed by personnel trained by the OEM. All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level. Complexity: Demonstrate the ability to maintain downtime standards for Priority 1 mission critical Civil Engineering Support Equipment (CESE) -200-ton Manitowoc 777, SER 2, Crawler Cranes and Model 150C, Marine Travelifts; i.e., start work immediately after equipment reported being down or received in the shop during regular working hours, and within four hours after regular working hours. 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 Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 811310, the size standard is $8million. The proposed requirement will be solicited as Full & Open (Unrestricted) procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta.Sam.Gov website on or about 08 February 2021. 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 Susan Roberts (susan.roberts2@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 only be on this website only. Contractors are encouraged to register on the 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/portal/SAM/
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Crane Repair & Maintenance Services
This Amendment is issued to correct, and incorporate NAICS Code 811310 with a small business size standard of $8million in the subject Sources Sought notice.. N40085-20-R-0152 – CRANE MAINTENANCE AND ... This Amendment is issued to correct, and incorporate NAICS Code 811310 with a small business size standard of $8million in the subject Sources Sought notice.. N40085-20-R-0152 – CRANE MAINTENANCE AND REPAIR SERVICES, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY, VA BEACH, VA 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) Acquisition 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 firms with current relevant qualification, experience and the capability to provide Crane Maintenance And Repair Services. 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 Facility Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work performance-based contract is anticipated. The total contract term will be for a base period, and four, one-year option periods, which shall not exceed sixty months. Source selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts at the Joint Expeditionary Base Little Creek and any location within a 50-mile radius of that location. General Work Requirements: The intent of 1700000 – BSVE, is to specify requirements to provide Crane Maintenance and Repair Services. The Contractor shall perform Crane Maintenance and Repair Service to include; inspections, preventative and corrective maintenance, and repair parts management for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses 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. The appropriate 811310 with a small business size standard of $8 million. It is requested that interested parties submit a brief capabilities package, not to exceed ten 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: Examples of projects worked within the last five (5) 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: Crane Maintenance and Repair service contract(s) with a yearly value of at least $30,000.00 or greater for similar services. Indefinite Quantity/Indefinite Delivery values for non-recurring work will Not be considered. Scope: Demonstrate the ability to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide crane maintenance and repair support for two 200-ton Manitowoc 777, SER 2, Crawler Cranes and two Model 150C, Marine Travelifts at Joint Expeditionary Base Little Creek and any location within a 50-mile radius of that location. All maintenance and repair shall be performed by personnel trained by the OEM. Complexity: Demonstrate the ability to provide personnel with the qualifications, technical knowledge, experience, and skills required for efficient maintenance, repair, and operations of 200-ton Manitowoc 777, SER 2, Crawler Cranes and Model 150C, Marine Travelifts. (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) Indicate if you are a Small Business, Small Disadvantaged Business, Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or 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. Responses to this Sources Sought Notice shall be emailed to: susan.roberts2@navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on September 23, 2020. Questions regarding this sources sought notice may be sent via email to susan.roberts2@navy.mil , or via telephone at (757) 341-0091.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »