Skip to main content

An official website of the United States government

You have 2 new alerts

Regional Maintenance of Emergency Generators and HVAC Equipment, Naval Station Norfolk, VA; Virginia Naval Air Station Oceana, Virginia Beach, VA; Naval Weapons Station, Yorktown, VA; Norfolk Naval Shipyard, Portsmouth, VA; DOD Suffolk Complex, Suffolk, VA

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 (Updated)
  • Updated Published Date: Aug 09, 2024 03:38 pm EDT
  • Original Published Date: Aug 09, 2024 03:04 pm EDT
  • Updated Response Date: Aug 27, 2024 02:00 pm EDT
  • Original Response Date: Aug 27, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 11, 2024
  • Original Inactive Date: Sep 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • 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:
    Norfolk , VA 23511
    USA

Description

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 Services, Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to provide Maintenance of Emergency Generators and HVAC Equipment at Naval Station, Norfolk, Virginia; Naval Air Station, Oceana, Virginia Beach, Virginia; Naval Weapons Station, Yorktown, Virginia; Norfolk Naval Shipyard, Portsmouth, Virginia; DOD Suffolk Complex, Suffolk, Virginia; and other locations in the Hampton Roads Area, Virginia.

General Work Requirements:

1501000 C – Facility Management

The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to perform facility services. The intent of 1501000 Facility Management is to specify the requirements for facility Infrastructure Condition Assessment Program (ICAP) support.

Annex 1502000 – Facility Investment

The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and standalone demolition may be accomplished as part of Facility Investment.

The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following Building Systems: HVAC, Compressed Air Systems, Direct Digital Controls, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), and Fuel Storage Tanks.

The work identified is to be provided by means of Facility Support Services, 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 non-price 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 non-price 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 contract with a yearly value of at least $750, 000.00 for recurring services.

Scope: Offeror must have provided all labor, supervision, tools, material and equipment required to perform Facility Investment Services for the Maintenance of Emergency Generators and HVAC Equipment as describe in the Performance Work Statement (PWS).

Complexity: 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 one (1) year base period with four (4) one-year option periods and one (1) six-month option period which, cumulatively, will not exceed sixty-six (66) 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 811310; the size standard is $12.5 million.

The proposed procurement listed here will be a competitive, total small business set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat pdf) and will be posted on Contract Opportunities on the SAM.gov website around August 27, 2024. The estimated proposal due date will be 30 days after the RFP is posted. (Once the RFP is posted, any technical inquiries must be submitted in writing via email to Maria Bayse, (maria.bayse.civ@us.navy.mil) no later than 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 SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY 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 N4008520D0023, Regional Maintenance of Emergency Generators and HVAC Equipment.

The current contract expires 31 March 2025.

Contact Information

Contracting Office Address

  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA

Primary Point of Contact

Secondary Point of Contact





History