Search Contract Opportunities

Base Operation Support Services for Marine Corps Base (MCB) Camp Lejeune, North Carolina, and other facilities in the MCB Area of Responsibility   4

ID: N4008521R0155 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 27, 2021, 2:35 p.m. EST

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) 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 are encouraged to respond. 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), Performance-Based contract with both Recurring and Non-Recurring services is anticipated. The total contract term, including the exercise of any options, shall not exceed 96 months. Source Selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for Base Operation and Support (BOS) for Facility Support, Utility Support, and Base Support Vehicles and Equipment at Marine Corps Base (MCB) Camp Lejeune, Marine Corps Air Station (MCAS) New River, Camp Davis, NC and the Morehead city Port facilities, Morehead City, NC.

General Work Requirements:

Annex 1502000 Facility Investment:

The intent of Facility Investment is to specify the requirements for the Sustainment, Restoration and Modernization (SRM) sub-functions only. The SRM requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of sustainment.

The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following:

Buildings and Structures to include, gutters, interior and exterior furnishes, pipelines, roofing, and structural.

Building Systems auxiliary generator systems, boilers, compressed air systems, electrical, exhaust hoods and ducts, grease traps, HVAC, interior lighting relamping and repair, lightning arrestors and grounding devices, low pressure gas systems, oil water separators, potable water, trash compactor, uninterruptible power systems, water softeners, wastewater, and WHE.

Roads and Paved Surfaces trails, striping, curbs, sidewalks, parking lots, bridges, and drainage systems.

Waterfront piers and bulkheads.

Airfields runways, taxiways, and navigational aids and lighting.

Miscellaneous Items signs, fences, locksmith, drainage ditches, leachate collection systems, monuments, pressure washing, unpaved roads, and auxiliary and temporary equipment.

Annex 1503060 Street Sweeping and Snow Removal:

The intent of Pavement Clearance is to specify the requirements related to pavement sweeping and snow removal operations. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform road service repairs, street sweeping and grading services.

Annex 1700000 Base Support Vehicles and Equipment:

The intent of BSVE is to specify the requirements for a transportation program consisting of vehicles and equipment maintenance and repairs, vehicle and equipment operations to include dispatch and Weight Handling Equipment (WHE) / Material Handling Equipment (MHE). The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Base Support Vehicles and Equipment (BSVE) services.

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. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561210.

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 (5) years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the 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.

Size: A maintenance service contract with a yearly value of at least $14M 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 maintenance and repair services to a wide variety of systems and equipment, including but not limited to Building and Structures Maintenance, Building Systems, Roads and Paved Services, Waterfront, Airfields, and other Miscellaneous Items. The Contractor shall demonstrate the ability to perform maintenance, repair, alteration, demolition and minor construction for the following: Buildings and Structures to include, gutters, interior and exterior furnishes, pipelines, roofing, and structural. Building Systems auxiliary generator systems, boilers, compressed air systems, electrical, exhaust hoods and ducts, grease traps, HVAC, interior lighting relamping and repair, lightning arrestors and grounding devices, low pressure gas systems, oil water separators, potable water, trash compactor, uninterruptible power systems, water softeners, wastewater, and WHE. Roads and Paved Surfaces trails, striping, curbs, sidewalks, parking lots, bridges, and drainage systems. Waterfront piers and bulkheads. Airfields runways, taxiways, and navigational aids and lighting. Miscellaneous Items signs, fences, locksmith, drainage ditches, leachate collection systems, monuments, pressure washing, unpaved roads, and auxiliary and temporary equipment. Demonstrate the ability to perform road service repairs, street sweeping and grading services. Demonstrate the ability to perform Base Support Vehicles and Equipment (BSVE) services.

Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various types of vehicles, equipment, and systems at 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) Please 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 shall be submitted electronically. Please email to brandi.upton@navy.mil. Responses must be received no later than 5:00 PM Eastern Standard Time on February 09, 2021. LATE RESPONSES WILL NOT BE ACCEPTED. Questions regarding this sources sought notice may be addressed to Brandi Upton at the above address, email at brandi.upton@navy.mil, or via telephone at (757) 341-0075.

Posted: Jan. 27, 2021, 1:43 p.m. EST
Posted: Jan. 25, 2021, 10:16 a.m. EST

Overview

Response Deadline
Feb. 9, 2021, 5:00 p.m. EST Past Due
Posted
Jan. 25, 2021, 10:16 a.m. EST (updated: Jan. 27, 2021, 2:35 p.m. EST)
Set Aside
None
PSC
None
Place of Performance
28542 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
On 1/25/21 Naval Facilities Engineering Command issued Sources Sought N4008521R0155 for Base Operation Support Services for Marine Corps Base (MCB) Camp Lejeune, North Carolina, and other facilities in the MCB Area of Responsibility due 2/9/21. The opportunity was issued full & open with NAICS 561210.
Primary Contact
Name
Brandi Upton   Profile
Phone
(757) 341-0075

Documents

Posted documents for Sources Sought N4008521R0155

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008521R0155

Award Notifications

Agency published notification of awards for Sources Sought N4008521R0155

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008521R0155

Contract Awards

Prime contracts awarded through Sources Sought N4008521R0155

Protests

GAO protests filed for Sources Sought N4008521R0155

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008521R0155

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008521R0155

Experts for Base Operation Support Services for Marine Corps Base (MCB) Camp Lejeune, North Carolina, and other facilities in the MCB Area of Responsibility

Recommended subject matter experts available for hire

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
Feb. 24, 2021
Last Updated By
brandi.upton@navy.mil
Archive Date
Feb. 24, 2021