FBO Notice Date 11/09/18
BIDS Reference Number 236
Document Type: Sources Sought
Maintenance, Repair & Rebuilding Of Equipment

Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, FEAD Pennsylvania, 19112

J -- Vertical Transportation Equipment (Elevator) Maintenance and Repairs SOL N4008519R1701 DUE 112318 POC Carmen Napoli 215-897-3586

Sean Duffy 215-897-2613THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCMENT. The intent of this notice is to identify potential offerors for market research in accordance with Federal Acquisition Regulations (FAR) Part 10. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department, PA is seeking eligible small businesses, service-disabled veteran-owned small businesses, certified HUBZone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing facilities support services for:

Facilities Investment services (Elevator Maintenance and Repairs) for Facilities at the Philadelphia Naval Business Center (PNBC), Naval Support Activity – Philadelphia (NSA-P) and Naval Support Activity – Mechanicsburg (NSA-M) in Pennsylvania

All small businesses, service-disabled veteran-owned small businesses, certified HUBZone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond.Large business submittals will not be considered.

The Government is requesting assistance in the preparation of a contract vehicle. Your answers to the following questionnaire will be used to tailor the proposed solicitation described above. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of unrestricted, full and open competition is in the Government’s best interest. The appropriate NAICS Code is 238290 Other Building Equipment Contractors (size standard $15M). This synopsis is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award.No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.

It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, 12-point font minimum) demonstrating ability to perform the requested services.

PROJECT DESCRIPTION:Vertical Transportation Equipment (VTE) Maintenance: This project consists of acombination of recurring and non-recurring work (Firm Fixed Price and IDIQ, respectively) for the maintenance and repair for all VTE systems to ensure proper operation.The total contract term including exercise of any options, shall not exceed 60 months. Recurring work includes service orders (routine and emergency – must be able to respond to emergency service orders within one hour of call to all three sites: PNBC, NSA-P and NSA-M), development and implementation of a Preventative Maintenance (PM) program, performing annual inspection, testing and certification for all VTE systems while maintaining data and warranty records in a technical library. Maintenance data shall consist of a detailed breakdown of all PM and repair services for each VTE system. Data shall include dates of service, service performed and material used. Service orders may include repairs to existing facility assets and equipment as well as newly installed and facility assets andequipment, work to facilities and structures located on the installation.Non-recurring work may be ordered utilizing FEDMALL or through the issuance of a task order specifying the exact locations and types of work to be accomplished. The period of performance will be specified in each task order by the Contracting Officer.

This documentation shall address, as a minimum, the following:

(1) Relevant Experience, no more than two (2) projects, to include experience in performing efforts of the same or similar size and scope within the last six years. For each project, indicate contract number, contract value, whether a prime contractor, percent of work/dollar value did your company self-perform for theproject, agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.No more than two relevant projects shall be submitted.

(2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status.

(3) 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 aproposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this requirement.

The capabilities package and questionnaire shall be submitted electronically toCarmen Napoli at carmen.napoli@navy.mil no later than 2:00 PM Eastern Standard Time on Friday, 23 November 2018. A project is defined as government or commercial contract/project or task order. All information provided will be kept confidential and will not be disseminated to the public.Questions or comments regarding this notice may be addressed to Carmen Napoli, (215) 897-3586; carmen.napoli@navy.mil. Do not forget the questionnaire below!

Questionnaire

1) Have you provided Facilities Investment (Elevator Maintenance) services insubstantial quantities in the marketplace for specific tasks performed or specific outcomes to be achieved based on established catalog or market prices (see definitions at the bottom of the questionnaire) using proper terms and conditions?

0 Yes 0 No

2) If you answered yes above, please provide your company’s established catalog or market prices for Facilities Investment (Elevator Maintenance) services. (information may be provided in the space below, or as a separate document)

_____________________________________________________

Please identify your company’s Small Business size status under North American Industry Classification System (NAICS) 238290 Small Business Size Standard –$15 million in annual receipts. For more information refer to http://www.sba.gov/.

0 Small Business Concern:

If Small Business, what do you project your size status at the end of December 2018?

0 Yes – Below Size Standard ($15 million in annual receipts)

0 No - Will not be Small Business Concern after August 2018

0 8(a) contractor

If 8(a), what will be your 8(a) status in 2018?

0 Yes, will be an 8(a) contractor

0 No, will not be an 8(a) contractor

0 Small Disadvantaged Business (SDB)

0 Historically Underutilized Business Zone (Hubzone)

0 Women-owned Small Business (WOSB)

0 Veteran-owned Small Business

0 Other (please specify)

3) Does your company regularly engage in the business of providing FacilitiesInvestment (Vertical Transportation Equipment Maintenance) services?0 Yes 0 No

4) How long has your company provided these services?

_____________________________________________________

5) All contractors receiving a federal contract award must be registered in System for Award Management (SAM) at the following website: https://www.sam.gov/SAM/Is your company registered in SAM?

0 Yes 0 No

Expiration date in SAM: _____________________________________________________

**For purposes of these services-

“Catalog price” means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and

“Market price” means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors.

CITE: https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008519R1701/listing.html