Thermal Commodity Water Treatment Systems Chemical Supplies
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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indef... 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 potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to provide services for a Facility Investment Services Contract for Thermal Commodity Water Treatment Systems Chemical Supplies at Naval Station Norfolk, Norfolk, VA; Norfolk Naval Shipyard, Portsmouth, VA; Lafayette River Annex, Norfolk, VA; Joint Expeditionary Base Little Creek, Virginia Beach, VA; Naval Medical Center, Portsmouth, VA; St. Julien’s Creek Annex, Portsmouth, VA; Naval Weapons Station, Crane, IN; Naval Station Great Lakes, Great Lakes, IL; Naval Weapons Station Earle, Earle, NJ; Naval Support Activity Philadelphia, Philadelphia, PA; Submarine Base New London, New London, CT; Naval Station Newport, Newport, RI; Naval Station Portsmouth, Kittery, ME. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to: 1502000 C – Facility Investment The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. Examples of services include: the supply of Boiler Water Treatment Chemicals, Cooling Water Treatment Chemicals, NALCO 3D analyzers, incidental analytical testing, and training for systems. The work identified is to be provided by means of a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) 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 Prices 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 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 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. For 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 project with a yearly value of at least $300,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to provide services for Thermal Commodity Water Treatment Systems Chemical Supplies as described in the Performance Work Statement (PWS). Complexity: The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. 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 4 one-year option periods which, cumulatively, will not exceed sixty months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Regional Contract with online ordering capability using FedMall for the Non-Recurring 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) for this procurement is 325998; the size standard is 650 employees. The proposed procurement listed here is a “Full and Open” unrestricted competitive procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 08 February 2024. 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 Brittany Swan, (brittany.t.swan.civ@us.navy.mil) 10 days prior to the RFP due date. The SAM site address is https://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 SAM 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/. This contract will replace one contract for similar services. The current contract is N40085-22-D-0101, Thermal Commodity Water Treatment. The current contract expires 31 May 2024.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Thermal Commodity Water Treatment Systems Chemical Supplies
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 Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Business and large businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. 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, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring work services is anticipated. The total contract term including the exercise of any options, shall not exceed (66) months. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide services for a Facility Investment Services Contract for Thermal Commodity Water Treatment Systems Chemical Supplies at Naval Station Norfolk, Norfolk, VA; Norfolk Naval Shipyard, Portsmouth, VA; Lafayette River Annex, Norfolk, VA; Joint Expeditionary Base Little Creek, Virginia Beach, VA; Naval Medical Center, Portsmouth, VA; St. Julien’s Creek Annex, Portsmouth, VA; Naval Weapons Station, Crane, IN; Naval Station Great Lakes, Great Lakes, IL; Naval Weapons Station Earle, Earle, NJ; Naval Support Activity Philadelphia, Philadelphia, PA; Submarine Base New London, New London, CT; Naval Station Newport, Newport, RI; Naval Station Portsmouth, Kittery, ME. This requirement has historically been sole sourced to Nalco Company LLC of Naperville IL, most recently under contract N40085-22-D-0101. Nalco Company LLC, NAVFAC’s Thermal Commodity Department has completed major upgrades and additions to the existing DCS’s throughout the region. These upgrades and additions were completed as part of the Thermal Commodity Optimization Network (TCON) initiative to reduce water, energy and chemical consumption. The TCON Water Treatment System is an Enterprise Management System (EMS) designed by Nalco. All of the installed equipment is designed as a system of analyzers, automatic pumps and propriety Department of Transportation (DOT) containments that must be compatible with Nalco software. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform: 1502000 C – Facility Investment The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. Examples of services include: the supply of Boiler Water Treatment Chemicals, Cooling Water Treatment Chemicals, NALCO 3D analyzers, incidental analytical testing, and training for systems. All Small Business, Small Disadvantaged Business, Women 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 325998, size standard of 650 employees. 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: (1) 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 Facility Investment services contract with a yearly value of at least $300,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, tools, material, and equipment required to provide services for Thermal Commodity Water Treatment Systems Chemical Supplies as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) 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 be accepted. Responses to this Sources Sought Notice shall be emailed to brittany.t.swan.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 06 November 2023. Questions regarding this sources sought notice may be emailed to Brittany Swan at brittany.t.swan.civ@us.navy.mil or via telephone at (757) 341-1663.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »