SOURCES SOUGHT: HVAC Replacement

Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (“Notice”) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to provide a service to replace current HVAC (air conditioning/heating system) in operator’s cab on two dock cranes

Contractor shall provide a new split-type cooling and heating system to provide temperature and humidity-controlled air to the operator’s cab on two dock cranes. The new system’s will be positioning the new splitter external component in the location of the existing system for heating and air which was currently equipped with a heating capability of 17,075 BTU/hour with complete ducting in the cab; installation of a new air conditioning system (present capacity: 23,500 BTU/hour). The system controls will be  powered by the 120VAC / 208VAC; the system testing and acceptance to prove nominal operator comfort during summer (cab facing the sun) and winter operation (cab shielded from the sun), .on the cranes located at Norfolk Naval Shipyard (NNSY), Portsmouth, VA and Naval Station Norfolk, VA.

Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services. All interested parties are welcome to provide a response. The applicable North American Industry Classification System (NAICS) code assigned is (811310) size standard 8 mil.  The Government anticipates issuing a solicitation for a Purchase Order with Firm-Fixed Price provisions and a period of performance of January 03rd 2023  – March 28th  2023

The Government is interested in responses from all qualified and experienced sources capable of providing the service. Large and small companies that have experience with this service are encouraged to respond to this Notice by December 21st  at 5:00 PM EST.  The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.  The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:

1.  Organization name, address, email address, web site address, telephone number, CAGE code, Unique Entity ID number, point of contact (name, phone# and e-mail); your company’s business size type/status under the aforementioned NAICS code of 811310.  If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.

2.    Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact—name, title, email, and telephone number.

3.    Have you managed a task of this nature?

4.   Capability Statement. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to sebastian.w.edwards.civ@us.navy.mil with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.

Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.

Contracting Office Address:

Norfolk Naval Shipyard (NNSY)

Contracts Division, Code 400

Building 65, 2nd Floor

Portsmouth, Virginia 23709-5000
United States

Place of Performance:

Norfolk Naval Shipyard (NNSY)
Portsmouth, Virginia 23709-5000
United States

Points of Contact:

Sebastian Edwards, sebastian.w.edwards.civ@us.navy.mil (757) 396-0964

  • Original Set Aside: 
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: Portsmouth , VA 23709 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Regional Tire Repair Services

This Sources Sought – N4008523R2573 is issued to replace correct the Notice ID on the the previously issued Sources Sought – N4008523R2596. The correct Notice ID is N4008523R2573. All other information remains the same.

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 Systems Command, (NAVFAC) Mid-Atlantic 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) Contract with non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Services may be ordered utilizing FEDMALL, or a Task Order, on a need basis.  The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to repair and replace tires and associated equipment on Base Support Vehicles and Equipment (BSVE), located in the Hampton Roads (Tidewater) area of Southeast Virginia.

Sealed Bidding procedures: In accordance with FAR Part 14, Sealed Bidding procedures will be used to evaluate and select the proposal that is most advantageous to the Government.

General Work Requirements:

The intent of 1700000 BSVE requirements, primarily consist of repairing or replacing tires on government vehicles. This contract is to provide all-inclusive tire repair or replacement service with a few other tire related services not limited to: Industrial vehicles, Cranes, Forklifts, Pick-up Trucks, Fire Trucks and Dual tractor-trailer tires. This contract shall provide for both on government property and roadside assistance for Government Vehicles. Vehicles may be located at any of the Tidewater Virginia military bases on Government property, or on the road in the Tidewater area within a 50 mile radius of any of the local Government bases.  The Government will notify the contractor of the location of the vehicle for Tire Repair or Replacement Service, and a Tire Repair or Replacement Service Order may then be issued under this contract for mobile tire repair or replacement. The Contractor shall arrive within the required time with complete equipment and material inventory to provide the ordered service. All tire repair and replacements services shall be conducted in accordance with the current standards specified by the Tire Industry Association and Federal Motor Vehicle Safety Standards

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 811198, size standard $8 million.

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 shown below and in the table.

Size:  A Base Support Vehicles and Equipment (BSVE) Tire services contract with a yearly value of at least $300,000.00 for non-recurring services. This may include one project, or multiple indefinite delivery indefinite quantity task orders.

Scope:   Offeror must have provided all labor, management, supervision, tools, materials, equipment and other items necessary to repair and replace tires and associated equipment on various types of vehicles, some located on government property, and roadside assistance.

Complexity:  Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes.

Service Calls

The Contractor shall provide unscheduled service calls in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. All service call work shall be performed in accordance with all standard manufacturers’ requirements and practices. The Contractor shall respond within 4 hours (during regular working hours) and work shall be completed within 4 hours of notification to proceed; outside normal working hours the Contractor shall be on-site within 4hours, and be available 365 days/yr. and 24 hrs. /day. For emergencies response time is 2 hours of notification (during regular working hours).

Installation of commercial grade tire puncture seal material in tire intended for over the road use.

Install commercial grade tire puncture sealant material into tire according to OEM directions.  Install sealer in the amounts recommended by the OEM to suit the use requirement indicated in each task order.

Installation of solid foam fill in off road tires.

Install commercial grade tire solid foam fill material into tire according to OEM directions.  Foam fill will normally be done at the Contractors location to allow for environmental conditions to ensure foam reaches full cure.  Install fill in the amounts recommended by the OEM to suit the use requirement indicated in each task order.  Delivery and pick up of tires will be provided by the Government.

Passenger Car / Light Truck -Tire Services Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician. All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Passenger Car / Light Truck Special Services, Front End Alignment     Balance

The Contractor shall provide front end alignment services in contractor’s shop during regular Government working hours.  All services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 48 hours of notification to proceed.

Medium Truck – Tire Replacement, Fire Dept., 11R22.5, Michelin, XDN2

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Medium Truck – Tire Services, Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician.   All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Medium Truck – Tire Replacement, 8R-19.5, Hwy

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 24R21 Michelin XZL

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 17.5R25 Michelin XTLA

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Off the Road Equip. – Tire Replacement 525/80R25, Michelin, X CRANE AT

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

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.

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

Electronic submission will be accepted.  Responses to this Sources Sought Notice shall be submitted electronically to susan.roberts2@navy.mil and must be received no later than 10:00 AM Eastern Standard Time on 21 December 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.roberts2@navy.mil, or via telephone at (757) 341-0091.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J025 – MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
  • NAICS Code: 811198 – All Other Automotive Repair and Maintenance
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: Preventative Maintenance for Elevator Service

This Sources Sought Notice is for the Navajo Area Indian Health Service, Pinon Health Center issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing elevator maintenance services at the Pinon Health Center.  This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.

Pinon Health Center is associated with Chinle Service – Indian Health Service in the Heart of the Navajo Reservation – Northern Arizona. We provide medical care for approximately 11,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The services offered are: Outpatient Primary Care, Dietary & Community Nutrition, Health Promotions, Native Medicine, Women’s Health, Pharmacy, Optometry, Dental, PT, Counseling, Speech Pathology, Podiatry, Lab, X-Ray, Public Health Nursing. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities within a few hours away.

Description of Services: The Contractor shall provide elevator maintenance service on a quarterly basis.

Duration of Requirement:  January 1, 2023 to December 31, 2023

Place of Performance: Pinon Health Center

Navajo Route 4

Pinon, AZ 86510

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name.
  2. Company SAM Unique Entity Identifier (UEI) number.
  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  5. Date submitted.
  6. Applicable company GSA Schedule number or other available procurement vehicle.
  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
  8. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  9. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.
  10. References: Provide a list of all private industry or government contracts for similar services that you have performed within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract.
  11. Qualification: Technician must have certification to perform elevator maintenance services.
  12. If American Indian/Native American owned small business, then complete attached IEE Representation form.

 

Disclaimer and Important Notes:  This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government’s use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:  No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).  Responses must be submitted via email to the Primary POC no later than specified closing date. 

**NO QUESTIONS WILL BE ACCEPTED.

Attachments:

-IEE Representation form

Primary POC:

Whitney Shorty, Contract Specialist

Whitney.Shorty@ihs.gov

(928) 725-9806

  • Original Set Aside:
  • Product Service Code: J039 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: Pinon , AZ 86510 USA

Full details via beta.sam.gov

SOURCES SOUGHT:Advanced Contract Initiative for Temporary Emergency Power Contracts

The ACI for Temporary Emergency Power entails a contractor to perform services in the following areas: assessing power requirements, installing Government provided and leased diesel-powered emergency generators, fueling, operating, and maintaining and repairing generators at critical public facilities. Critical facilities are defined as facilities that provide lifesaving (hospitals, medical centers, 911 centers, police and fire stations), life sustaining (water and sewage infrastructure, assisted living centers, shelters, and meal centers), and other facilities, as requested by the state or territory in need of disaster relief. Historically, most locations are on publicly owned property, belonging to federal, state, or local municipalities. The contractor must be able to have its full complement of resources, personnel, and equipment on site within 24 hours (or less in most instances) of receiving a mission assignment.

  • Original Set Aside:
  • Product Service Code: J059 – MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: USA
  • Original Response Date: Nov 22, 2021 01:00 pm EST

Full details via beta.sam.gov


 

SOURCES SOUGHT: FA8134-21-R-0004 C-32A | C-40B/C Contractor Logistics Support(CLS)

The Air Force Life Cycle Management Center (AFLCMC) Commercial Derivative Aircraft Contracting Branch is seeking to specifically identify Small Businesses (NAICS code 488190) and other firms that may be capable of providing all or portions of Contractor Logistics Support (CLS) services for the USAF fleet of C-32A and C-40B/C aircraft

  • Original Set Aside:
  • Updated Response Date: Nov 16, 2021 04:00 pm CST
  • Product Service Code: J015 – MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code: 488190 – Other Support Activities for Air Transportation
  • Place of Performance: USA

Full details via beta.sam.gov


SOURCES SOUGHT: J85-GE-5 Series Engine DISK, COMPRESSOR, AIR; NSN 2840-01-488-8016 OK

The Government is conducting market research to identify potential sources that possess the production data, expertise, capabilities, and experience to meet qualification requirements for the manufacture of the Disk, Compressor, Air for J85 Engine, NSN: 2840-01-488-8016 OK for USAF personnel. The Disk, Compressor, Air is critical component part required to build J85 Engine. An interested company must submit a source approval request (SAR) and become an approved source to manufacture this item. The manufacture qualification requirements (MQRs) and any applicable data lists can be found on SAM.gov by searching (Disk, Compressor, Air). The projected estimated quantity for this PR# FD20302200346 is approximately 24ea.

  • Original Set Aside:
  • Product Service Code: J016 – MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code: 336412 – Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance: USA
  • Original Response Date: Nov 11, 2021 04:30 pm CST

Full details via beta.sam.gov