J--Maintenance and Repair of Vertical Transportation Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
N4008519R9037PRESOL

Basic Details

started - 28 May, 2019 (about 5 years ago)

Start Date

28 May, 2019 (about 5 years ago)
due - 04 Jun, 2019 (about 4 years ago)

Due Date

04 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N4008519R9037PRESOL

Identifier

N4008519R9037PRESOL
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 FFP/IDIQ for Vertical Transportation Equipment Maintenance and Repair services at Norfolk Naval Shipyard, Portsmouth, VA; JEB Little Creek-Fort Story, Virginia Beach, VA; and Naval Station Norfolk, Norfolk, VA and at sites located within a 50-mile radius of the listed sites.The work includes but is not limited to: providing procedural compliance, work conformanceto established standards, suitability/completeness of required documentation and provided data, scheduling of preventative maintenance and recurring work, timeliness of work completed based on contractual requirements, communication, effectiveness of quality assurance, and overall quality of the services provided at Norfolk Naval Shipyard, Portsmouth, VA; JEB Little Creek-Fort Story, Virginia Beach, VA; and Naval Station Norfolk, Norfolk, VA and at sites located
within a 50-mile radius of the listed sites.The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. 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 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 priced to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make 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 technical 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. 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.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 maintenance and repair service contract with a yearly value of at least $500,000.00 or greater for recurring services. Scope: Demonstrate the ability to provide maintenance and repair services of Vertical Transportation Equipment including but not limited to; Infrastructure Condition Assessment Program (ICAP) services, Preventive Maintenance (PM) Program, Vertical Transportation Equipment (VTE) and other similar services as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to, Emergency, Urgent and Routine Service Orders. Complexity: Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for repair, alteration, demolition and minor construction at 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 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 Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Card is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 238290, the size standard is $15M. The proposed procurement listed herein is 100% Small Business set-aside. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 04 June 2019. 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 Darlene H. Tucker (darlene.tucker@navy.mil) 10 days prior to the RFP due date. The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO 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/portal/SAM/ . Contact Information: Darlene H. Tucker 757-341-0093 Office Address :N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA Location: NAVFAC Mid-Atlantic, FEAD Norfolk Set Aside:

NAVFAC Mid-Atlantic, FEAD NorfolkLocation

Place Of Performance : NAVFAC Mid-Atlantic, FEAD Norfolk

Country : United StatesState : Virginia

You may also like

REPAIR AND MAINTENANCE ULTRASOUND EQUIPMENT

Due: 30 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 238290 GSA CLASS CODE: J