Fire Suppression and Utility Distribution Services at NWS Earle
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: Oct 07, 2022 11:17 pm EDT
- Original Published Date: Aug 25, 2022 09:47 am EDT
- Updated Response Date: Sep 08, 2022 02:00 pm EDT
- Original Response Date: Sep 08, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1NZ - MAINTENANCE OF OTHER UTILITIES
- NAICS Code:
- Place of Performance: Colts Neck , NJUSA
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 an Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services to provide Facility Investment services at Naval Weapons Station Earle, Main Side Station, Colts Neck, NJ and the Waterfront Complex, Leonardo, New Jersey.
The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for preventive maintenance, repair service, alter, improve, inspection and testing of Fire Suppression Systems, Water Tower and Utility Distribution Systems in buildings (both interior and exterior), on grounds and roadways (both aboveground and underground) at Naval Weapons Station Earle, Main Side Station, Colts Neck, NJ and the Waterfront Complex, Leonardo, New Jersey.
The work includes:
Facility Investment Services
The Contractor shall perform maintenance, repair, alteration, demolition, minor construction, reporting, inspection and testing for the following Building Systems and Structures:
- Fire Protection Systems (Main Side & Waterfront Area)
- Fire Protection Compressed Air Systems (Main Side & Waterfront Area)
- Backflow Prevention Devices (Main Side & Waterfront Area)
- Potable Water (Waterfront/Pier Area Only)
- Wastewater (Waterfront/Pier Area Only)
- Steam (Waterfront/Pier Area Only)
- Electrical (Fire Protection Systems & Utilities (Main Side & Waterfront Area)
- Kitchen Hoods (Fire Protection Systems (Main Side & Waterfront Area)
- Pier (Fire Protection Systems & Utilities)
- Flushing Hydrants
- Water Tower (Main Side)
The work identified is to be provided by means of a Facility Investment, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Source Selection Processes. 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 – Recent, Relevant Experience of the Firm, Factor 3 – Safety, Factor 4 – Small Business Utilization and Factor 5 – Past Performance on Recent, Relevant Projects.
Factor 2 Recent, Relevant Experience of the Firm and Factor 5 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.
Size: A maintenance service contract with a yearly value of at least $380,000.00 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, materials, equipment to perform Facility Investment Services to include: Preventative Maintenance on Fire Suppression Systems, Utility Distribution Services at Piers and other services as defined by the Request for Proposal (RFP).
Complexity: Demonstrate the ability to respond simultaneously to service calls 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 one-year, twelve-month period of performance. The Government has the option to extend the term of the contract services for four (4) additional one-year, twelve-month periods. 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 Facility Investment Service Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs) for non-Recurring services. Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561621, the size standard is $22.0M.
The proposed requirement will be solicited as a Full and Open 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 9 September 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 Krystal Goodman (krystal.goodman@navy.mil) 10 days prior to the RFP due date.
The Beta.SAM 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 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 have an active registration in the SAM database at time of RFP submission 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/
Attachments/Links
Contact Information
Contracting Office Address
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
Primary Point of Contact
- Krystal Goodman
- krystal.goodman@navy.mil
- Phone Number 7573411657
Secondary Point of Contact
- Pamela Waller
- pamela.a.waller2.civ@us.navy.mil
- Phone Number 7573411581
History
- Oct 07, 2022 11:56 pm EDTPresolicitation (Updated)
- Oct 07, 2022 11:26 pm EDTSolicitation (Original)
- Sep 23, 2022 11:56 pm EDTPresolicitation (Original)