J--Regional Crane Maintenance Services

expired opportunity(Expired)
From: Federal Government(Federal)
N4008018R0304

Basic Details

started - 12 Oct, 2017 (about 6 years ago)

Start Date

12 Oct, 2017 (about 6 years ago)
due - 26 Oct, 2017 (about 6 years ago)

Due Date

26 Oct, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N4008018R0304

Identifier

N4008018R0304
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 PROPOSAL. THIS IS A REQUEST FOR INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This communication does not obligate the Government. No contract will be awarded from this communication, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. Your participation is greatly appreciated. The Naval Facilities Engineering Command (NAVFAC) Washington is performing this market research to aid in the development of its acquisition approach. Respondents will not be notified of the results of the evaluation.NAVFAC Washington is seeking to identify companies with experience in providing contracted Crane Maintenance and Certification. Firms must demonstration
sufficient capacity to fulfill requirements performed at various Department of Defense Installations within a 300 mile radius of the Washington Navy Yard and primarily at (or departing from) the following installations: 1) Public Works Department, Washington, Washington Navy Yard, D.C.2) Public Works Department, Annapolis, MD3) ROICC Quantico, Quantico Marine Base, Quantico, VA4) Public Works Department, Bethesda, Bethesda, MD5) Public Works Department, Joint Base Anacostia Bolling (JBAB), Washington, D. C.6) Public Works Department South Potomac, Indian Head, MD7) Public Works Department South Potomac, Dahlgren, VA8) Public Works Department, Patuxent River, MDThe Contractor shall furnish all labor, management, supervision, tools, materials, and equipment required to maintain, repair, alter, inspect, test, and certify weight handling equipment in accordance with the attached DRAFT Performance Work Statement (PWS). The Contractor shall develop, implement, and execute service calls, maintenance program, inspection, testing, and certification program, and Other Recurring Service Program to maintain and repair Weight Handling Equipment (WHE). Non Recurring Work includes Full Mobile Crane Services for cranes starting at 10 tons and up to 550 tons. The Contractor will provide facility investment services to major activities located in the National Capital Region. The combination of high-level clients, mission critical facilities and geographic dispersion of work sites creates a challenging environment. Note that NAVFAC places great emphasis on a robust safety and quality work management processes.NAVFAC Washington is seeking potential sources for an Indefinite Delivery Indefinite Quantity contract type with recurring and non-recurring work items with a base performance period of one year and up to four (4) one-year option periods. The NAICS code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, Market Research, it is requested that if you’re interested, please submit a brief capabilities statement package demonstrating ability to perform the services listed above. Please provide the information for A, B, C, and D below (Company Profile, Relevant Experience, etc.). Also, please complete the attached Sources Sought questionnaire. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm’s qualifications to perform the defined work. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than MONDAY, OCTOBER 30, 2017, 2PM EST to the Contract Specialist, Shonn Gilkes, via email to shonn.gilkes@navy.mil. Identify in the subject line of your response: Regional Crane Maintenance and Certification. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. Provide your company profile to include: (1) Company name and address; (2) Year the firm was established and number of employees;(3) Names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; (6) Positive assertion indicating registration in SAM (http:www.sams.gov).B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer’s Name, Telephone Number and/or email address: (4) Contracting Officer’s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein.(8) Explain what procedures you would employ to ensure you provide qualified personnel to perform the work at the different locations.C. ANSWER THE FOLLOWING:1. What is your plan to ensure personnel have the necessary training and certification to accomplish the specialty work requirements specified in this PWS? How do you propose to ensure this training and certification is maintained current?2. What is your plan on providing operational crane support up to 550 ton? Note this is a non-recurring line item.3. What is you experience with writing Crane Alteration Requests (CAR)? Note approximately six to ten CARs on done per year.D. PHASE-IN. The Government is contemplating a phase-in time of 30 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? E. ADDITIONAL INFORMATION. If any additional information you believe to be relevant, please add section E.RESPONSES ARE DUE NLT MONDAY, OCTOBER 30, 2017, 2PM EST. Questions or comments regarding this notice may be addressed in writing to Contract Specialist, Shonn Gilkes, at shonn.gilkes@navy.mil, and cc the Contracting Officer, Karen Monahan at karen.monahan@navy.mil.NOTE: THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR’S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information. Contact Information: Shonn Gilkes, Contract Specialist 202-685-8632.karen.monahan@navy.mil Office Address :N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC Location: NAVFAC Washington Set Aside: N/A

1313 Harwood Street, Bldg 212, Washington Navy Yard, DCLocation

Address: 1313 Harwood Street, Bldg 212, Washington Navy Yard, DC

Country : United StatesState : District of Columbia

You may also like

ELEVATOR MAINTENANCE SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CANON MAINTENANCE SERVICES

Due: 31 Jan, 2026 (in 21 months)Agency: NATIONAL INSTITUTES OF HEALTH

39--Manitowoc Crane Replacememnt Parts

Due: 02 Sep, 2024 (in 4 months)Agency: HOMELAND SECURITY, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAISC: 811310 GSA CLASS CODE: J