Closed Solicitation · DEPT OF DEFENSE

    FACILITY INVESTMENT SERVICES AT NOSC BRONX, NY; NOSC QUINCY, MA; NOSC WHITE RIVER JUNCTION, VT; NAVAL HISTORICAL CENTER - DETACHMENT BOSTON, BOSTON, MA; AND NOSC SYRACUSE, MATTYDALE, NY.

    Sol. N4008525R2575Sources SoughtNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Dec 23, 2024
    POSTED
    Dec 9, 2024
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    1700
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Department of the Navy, is issuing a Sources Sought Notice for Facility Investment Services at various Navy Operational Support Centers (NOSC) located in Bronx, NY; Quincy, MA; White River Junction, VT; Boston, MA; and Syracuse, NY. This notice is intended to identify potential bidders, particularly those who are Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, certified 8(a) firms, Woman-Owned Small Businesses, Small Disadvantaged Businesses, or other Small Businesses with relevant qualifications and capabilities. The selected contractor will be responsible for providing all necessary labor

    Contract details

    Solicitation No.
    N4008525R2575
    Notice Type
    Sources Sought
    Posted Date
    December 9, 2024
    Response Deadline
    December 23, 2024
    NAICS Code
    561210AI guide
    PSC / Class Code
    1700
    Contract Code
    1700
    Primary Contact
    Kara A. Holwick
    State
    VA
    ZIP Code
    23511-0395
    AI Product/Service
    service

    Description

    THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice.

    Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business, certified HUB-Zone Small Business, certified 8(a) firm, Woman Owned Small Business, Small Disadvantaged Business AND/OR a Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project.

    This work will be located at the following Navy Operational Support Center (NOSC) sites: NOSC Bronx, NY; NOSC Quincy, MA; NOSC White River Junction, VT; Naval Historical Center – Detachment Boston, Boston, MA and NOSC Syracuse, Mattydale, NY.

    The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to perform Facility Investment services in the sub-functions of Sustainment, Restoration, and Modernization (SRM). The Facility Investment 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 consist 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 Facility Investment.

    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
    • Cathodic Protection Systems
    • Tanks
    • POL System
    • Pipelines

    Building Systems

    • HVAC
    • Fire Protection
    • Vertical Transportation Equipment (VTE)
    • Intrusion Detection Systems
    • Bridge and Jib Cranes
    • Boilers & Water Heaters (excluding Central Utility Plant Boilers)
    • Unfired Pressure Vessels (UPV)
    • Compressed Air Systems
    • Potable Water (including backflow prevention devices)
    • Wastewater
    • Electrical
    • Lightning Arrestors and Grounding Devices
    • Cathodic Protection Systems
    • Auxiliary Generator Systems (including emergency and portable generators)
    • Uninterruptible Power Systems (UPS)
    • Grease Traps
    • Exhaust Hoods and Ducts
    • WHE
    • Interior and Exterior Lighting
    • Emergency and Egress Lighting
    • Re lamping
    • Plumbing
    • Vehicle Exhaust Systems
    • Gutters, Downspouts and Roof Drains
    • Air Filtration Systems
    • Door, Window and Miscellaneous Structural Components
    • Overhead Doors
    • Water Filters/Water Filtration Systems/Water Testing
    • Water Softeners
    • Water-Free Urinals
    • Solar Panels
    • Gates and Turnstiles
    • Ventilation Systems (including associated equipment, i.e. dust collectors)
    • Elevators, Lifts and Dock Levelers

     Miscellaneous

    • Signs
    • Fences
    • Locksmith
    • Drainage Ditches
    • Monuments
    • Flag Poles
    • Unpaved Roads (gravel roads)
    • Boat Lift

    Roads and Paved Surfaces

    • Traffic Control Devices
    • Bicycle Paths
    • Pedestrian/Jogging Paths
    • Striping
    • Curbs
    • Sidewalks
    • Parking Lots
    • Bridges
    • Drainage Systems
    • Outdoor Courts
    • Pavement Repairs/Sealcoating

    Trackage

    • Railroads
    • Crane and Elevated Crane

    Services

    • Custodial
    • Pest Control
    • Pavement Clearance
    • Grounds Maintenance
    • Solid Waste Management
    • Base Support Vehicles and Equipment
    • Electrical
       

    The requirement is performance based.

    The anticipated award will be a base contract of 12 months with four (4), 12-month options.

    All Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, certified 8(a) firms, Economically Disadvantaged Woman-Owned Small Business, Woman-Owned Small Businesses, Small Disadvantaged Businesses and/or Small Businesses are encouraged to respond.

    The Government will not pay for any information solicited. Respondent will not be notified of the result of the evaluation.

    One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone Small Business, Economically Disadvantaged Woman-Owned Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business and/or a Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.

    All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in April 2025. The appropriate NAICS Code is 561210 with a size standard of $47 million dollars.

    It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum, the following:

    1. Examples of projects worked within the last five years of similar scope as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract related to the work described, and a Government Agency point of contact. 
    2. Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code.
    3. Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Economically Disadvantaged Woman-Owned, Woman-Owned, Veteran Owned and/or Small Business.

    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 procurement. 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.

    Responses must be received no later than 2:00pm Eastern Standard Time on 23 December 2024 and shall be emailed to the following: kara.a.holwick.civ@us.navy.mil.

    Questions regarding this sources sought notice may be addressed to Kara Holwick at kara.a.holwick.civ@us.navy.mil.

    Key dates

    1. December 9, 2024Posted Date
    2. December 23, 2024Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FACILITY INVESTMENT SERVICES AT NOSC BRONX, NY; NOSC QUINCY, MA; NOSC WHITE RIVER JUNCTION, VT; NAVAL HISTORICAL CENTER - DETACHMENT BOSTON, BOSTON, MA; AND NOSC SYRACUSE, MATTYDALE, NY. is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.