Search Contract Opportunities

Industrial Services at Portsmouth Naval Shipyard, Kittery, Maine   3

ID: N4008521R0103 • Type: Presolicitation

Description

PRE-SOLICITATION NOTICE - N40085-21-R-0103

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) with Recurring and Non-Recurring for Facility Investment and Electrical Services at Portsmouth Naval Shipyard, Kittery, Maine and Other Areas of Responsibility (AOR)

GENERAL WORK REQUIREMENTS:

The contractor will be required to furnish all labor, management, supervision, tools, materials, and equipment required to provide Facility Investment and Electrical Services at Portsmouth Naval Shipyard, Kittery, Maine and Other Areas of Responsibility (AOR).

The intent of this contract is to perform maintenance, repair, alteration, demolition and minor construction and other services required as by the RFP for the following: Sewer & Drain Clearing, Sewage Lift Station Cleaning, Auxiliary Generator Systems (including emergency and portable generators), Fire Pumps, Electrical Testing & Maintenance, Uninterruptible Power Systems (UPS), Catch Basin Cleaning & Jetting, Water Purification Systems, Potable Water (including backflow prevention devices), Underground Locate Services, Oil/Water Separator Cleaning and Bridges (Cleaning & Sealant)

Electrical:

The intent of 1602000 Electrical is to specify the requirements for electrical power generation, power transmission and distribution. The Contractor shall provide all labor, management, supervision, tools, material, and equipment to perform maintenance and repair services on Electrical Power Distribution System Components and conduct Electrical Testing & Maintenance.

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 services.

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 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.

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 Facility Investment A Facility Investment and Electrical services contract with a yearly value of at least $1,000,000 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 provide Facility Investment and Maintenance of Electrical Power Distribution System Components Services, and other services as defined by the RFP for the following: Sewer & Drain Clearing, Sewage Lift Station Cleaning, Auxiliary Generator Systems (including emergency and portable generators), Fire Pumps, Electrical Testing & Maintenance, Uninterruptible Power Systems (UPS), Catch Basin Cleaning & Jetting, Water Purification Systems, Potable Water (including backflow prevention devices), Underground Locate Services, Oil/Water Separator Cleaning and Bridges (Cleaning & Sealant)

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) code is 561210, the size standard is $41.5 Million.

The proposed procurement will be listed as competitive 100% Small Business set-aside. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website around 27 October 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 C. Roberts (susan.roberts2@navy.mil) 10 days prior to the RFP due date.

The 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 the 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://sam.gov.

Overview

Response Deadline
None
Posted
Oct. 13, 2021, 4:35 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Kittery, ME United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
On 10/13/21 Naval Facilities Engineering Command issued Presolicitation N4008521R0103 for Industrial Services at Portsmouth Naval Shipyard, Kittery, Maine. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC S216.
Primary Contact
Name
SUSAN C. ROBERTS   Profile
Phone
(757) 341-0091

Documents

Posted documents for Presolicitation N4008521R0103

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008521R0103

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N4008521R0103

Contract Awards

Prime contracts awarded through Presolicitation N4008521R0103

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008521R0103

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008521R0103

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Oct. 13, 2021
Last Updated By
susan.roberts2@navy.mil
Archive Date
March 31, 2022