Regional HVAC&R Hampton Roads, Virginia
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Dec 20, 2021 05:18 pm EST
- Original Response Date: Jan 03, 2022 02:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Mar 31, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
- NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Place of Performance: VAUSA
Description
PRESOLICITATION SYNOPSIS for Solicitation N40085-22-R-2506
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 recurring and non-recurring services to provide Facility Investment and Facilities Management services for Heating, Ventilation, Air Conditioning & Refrigeration Repair and Maintenance Services for the Hampton Roads, Virginia Area
General Work Requirements:
The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment and Facilities Management services for facilities and installed equipment and systems at Naval Station Norfolk, Naval Support Activity Norfolk (NSA), Norfolk Naval Ship Yard (NNSY), Joint Expeditionary Base Little Creek-Fort Story, Naval Weapon Station Yorktown, and outlying bases supported by these installations.
The work is identified as a Facility Support, Indefinite Delivery / Indefinite Quantity Performance-Based contract with recurring and non-recurring services.
Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Source Selection Process. 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 intent of 1502000, Facility Investment, in the solicitation is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following: Building Systems, Ceiling and Exhaust Fans, Compressed Air Systems, Chemical Feeders, Exhaust System, Heaters and Heat Transfer Units, HVAC and Variable Frequency and Variable Speed drives.
The intent of 1501000, Facility Management, in the solicitation is to specify the requirements for facility Infrastructure Condition Assessment Program (ICAP) support.
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 – Recent, Relevant Experience of the Firm, Factor 3 – Safety and Factor 4 – Past Performance.
For Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance, the solicitation requires the offeror to submit projects that are similar in size, scope and complexity to the following:
Size: Facility Investment services and Facilities Management HVAC&R maintenance and repair service contract with a yearly value of at least $2,000,000.00 or greater for recurring services. Non-recurring values for infrequent work will not be considered similar in size.
Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment and Facilities Management services for HVAC &R maintenance, repair, alteration, demolition and minor construction for Building Systems that include Ceiling and Exhaust Fans, Compressed Air Systems, Chemical Feeders, Exhaust System, Heaters and Heat Transfer Units, HVAC and Variable Frequency and Variable Speed drives, other services that may be typical of a Facility Investment contract. In addition to Infrastructure Condition Assessment Program (ICAP), and other services as defined by the RFP.
Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various locations and buildings 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 4 one-year option periods, which, cumulatively, will not exceed sixty months.
The proposed procurement will be issued as a NAVFACSYSCOM 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 Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 811310, the size standard is $8M.
The proposed procurement listed herein is a Total Small Business Set-Aside procurment. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 03 January 2022. 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 Matthew Collins, (matthew.a.collins51.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 Beta 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 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/.
Attachments/Links
Contact Information
Contracting Office Address
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
Primary Point of Contact
- Matthew Collins
- matthew.a.collins51.civ@us.navy.mil
- Phone Number 7573410090
Secondary Point of Contact
History
- Mar 31, 2022 11:56 pm EDTPresolicitation (Original)
- Jan 10, 2022 08:16 pm ESTSolicitation (Original)
- Dec 15, 2021 11:55 pm ESTSources Sought (Original)