The RFP Database
New business relationships start here

Facility Investment and Pest Control Services _Albany GA


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment 02 is posted to add Size, Scope & Complexity required .  See paragraphs incorporated below "bolded & Underlined. 

N40085-19-R-9223 - FACILITY INVESTMENT AND PEST CONTROL SERVICES, ALBANY, GA.

 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Acquisition is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform (1) Facility Investment Services for facilities, ground structures, and installed equipment and systems, and (2)Pest Control Services at Marine Corps Logistics Base (MCLB), Albany, Georgia.

General Work Requirements:

Facility Investment Services

The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following:  Building and Structures:  Interior and exterior finishes, Roofing, Foundation, Structural Components, Tanks and Pipelines.

Building Systems:  HVAC, Fire Protection, Vertical Transportation Equipment (VTE), Boilers (excluding Central Utility Plant Boilers), Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), Wastewater, Electrical, Auxiliary Generator Systems (including emergency and portable generators), Uninterruptible Power Systems (UPS), Grease Traps, Exhaust Hoods and Ducts, Exhaust Fans, Above Ground Storage Tanks and Underground Storage Tanks, Dust Collectors, Weight Scales, Force Protection Systems, Reverse Osmosis Systems, Water Softeners, Hot Water Heaters, Environment Stabilization Systems (ESS), (including remote monitoring/control systems and air dehydration units)

Miscellaneous: Fences, Locksmith (all locks including Lockmaster Security Lock - LKM-7003 w/Mas x-09 Type 1F), Drainage Ditches, Monuments, Flag Poles, Unpaved Roads (gravel roads), Compressed Natural Gas Stations.

Roads and Paved Surfaces:  Traffic Control Devices, Bicycle Paths, Pedestrian/Jogging Paths, Striping, Curbs, Sidewalks, Parking Lots, Bridges, Drainage Systems, Outdoor Courts. 

  Railroad Maintenance: Railroad Maintenance and Cleaning (Recurring): Develop Preventive Maintenance (PM) and Cleaning Program, Preventive Maintenance (PM) and Cleaning of Railroad Switches, Preventive Maintenance (PM) and Cleaning of Turntable Frogs, Preventive Maintenance (PM) and Cleaning of Derails, Preventive Maintenance (PM) and Cleaning of RR / CR Expansion Joints, Cleaning of Flange Ways, Vegetation Control

Railroad Maintenance and Cleaning (Non-Recurring): Railroad Rail Work, Ground Level Rail Work, Emergency Work.


 Pest Control Services

The Contractor shall provide pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control nuisance, structure damaging, disease vector, health arthropod and invertebrate pests:  cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes and bedbugs.  Vertebrate pests:  mice, rats, bats, other nuisance mammals, pigeons and other nuisance birds.   

 All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) is an acceptable strategy for this procurement.  All qualified firms are encouraged to respond. The appropriate NAICS Code is 561210, which has a size standard $38.5M.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:

(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the Area of Responsibility (AOR). Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

Indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

Size:  A maintenance service contract with a yearly value of at least $1.3M or greater for recurring services.  Indefinite Quantity / Indefinite Delivery 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: Railroad Maintenance & Cleaning Services, Pest Control Services, and other services as defined by the 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.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code.

(3) Indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

 (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Responses to this Sources Sought Notice can be mailed to the following address:

Commander,
NAVFAC Mid-Atlantic, Attn: Susan Roberts (Acquisition Core - ACQ2)
9324 Virginia Avenue, Bldg. Z144, 2nd Floor, Suite 216
Norfolk, VA 23511

Responses must be received no later than 2:00 PM Eastern Standard Time on 22 October 2019.  Electronic submission will be accepted.  Questions regarding this sources sought notice may be emailed to Susan Roberts at susan.roberts2@navy.mil, or via telephone at: 757-341-0091.


SUSAN C. ROBERTS, Contract Specialist, Phone 7573410091, Email susan.roberts2@navy.mil - LeeArjetta W. Hamilton, Contract Specialist, Phone 757-341-1971, Email leearjetta.hamilton@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP