Massachusetts Bids > Bid Detail

Capital Maintenance of Navy-Owned Facilities at NIROP

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159268885161175
Posted Date: Nov 10, 2022
Due Date: Nov 17, 2022
Solicitation No: N0003023R1024
Source: https://sam.gov/opp/8c489423b7...
Follow
Capital Maintenance of Navy-Owned Facilities at NIROP
Active
Contract Opportunity
Notice ID
N0003023R1024
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 10, 2022 09:51 am EST
  • Original Response Date: Nov 17, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2BF - REPAIR OR ALTERATION OF MISSILE SYSTEM FACILITIES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Pittsfield , MA
    USA
Description

Sources Sought Notice – Capital Maintenance of Navy-Owned Facilities at NIROP





A. DISCLAIMER



THIS SOURCES SOUGHT NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





B. INTRODUCTION



In accordance with FAR Part 10, SSP is conducting market research to identify businesses capable of managing and performing capital maintenance of equipment and facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) located in Pittsfield, MA in support of the Trident II Strategic Weapons System Fire Control System program. General Dynamics Mission Systems is the contractor that has custody of the property and use of the facilities where the work will be performed. SSP is seeking capability statements which identify vendor current capabilities to perform/execute the requirements identified in “Section C. REQUIREMENT” below. Potential sources must have a security clearance, and have demonstrated functional and technical expertise to execute the maintenance requirements with personnel who have first-hand experience in the performance of capital maintenance of equipment and facilities similar to those located at NIROP, Pittsfield, MA. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.





C. REQUIREMENT





SSP requires contractor support to accomplish all of the various capital maintenance projects at the NIROP facility located in Pittsfield, MA. The contractor shall perform all work identified in this contract in accordance with:





a. EM385-1-1 US ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL.





The Unified Facilities Criteria shall be used for all work performed under this contract. Engineering designs, prepared by professional engineers and registered architects for each individual project, shall use the Unified Facilities Guide Specifications, and shall be delivered to the local Program Management Office (SPSP23) and the Contracting Officer's Representative (COR) for review and approval, prior to initiating on-site work.





The capital maintenance will consist of the following projects:






  • Chiller Replacement

  • Cooling Tower Replacement

  • Battery Replacement for UPS 1-5 & 2-2

  • Design/Engineering & Install Elevator

  • Emergent Repairs

  • Design/Engineering & Install of Roof Replacement

  • Sprinkler Head Replacement Phase 2

  • Security Refresh/Enhancements

  • Design/Engineering & Restroom Installation

  • UPS Battery Replacement Load Centers 1-3 & 1-4

  • Chilled Water Piping Replacement

  • Load Center & Generator Study

  • Design/Engineering & Power Generator Installation





D. RESPONSE DEADLINE





Interested sources shall submit a brief capability package by November 17, 2022 (10 pages or less) in Microsoft Word (Office compatible format) or PDF format using Times New Roman 12 point font and 1” margins. ALL submittals shall include the following information:






  1. Company Administrative Information

    1. Company Name:

    2. Company Point of Contact (email and phone) and Title:

    3. Company Address:

    4. DUNS No:

    5. Cage Code:



  2. Identify your small business socio-economic status (if applicable).

  3. Which NAICS code or codes do you currently provide Capital Maintenance under?

  4. Specifics addressing the subject matter expertise, capability, and experience with regard to the Capital Maintenance mentioned under “Section C. REQUIREMENT” above.

  5. Related past performance information.





Facilities and US citizen personnel must have a Secret Clearance or higher and be International Traffic in Arms Regulations (ITAR) compliant. In addition, prospective sources should be able to receive, generate, modify and store classified documentation.





Responders shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary.





Electronic responses are acceptable. Email electronic responses to Tasha Womack and Bina Russell at email: tasha.womack@ssp.navy.mil and bina.russell@ssp.navy.mil, respectively, with "Sources Sought" in the subject line of the Email.



Contracting Office Address:





Strategic Systems Programs (SSP)



1250 10th Street, Suite 4600



Washington Navy Yard, DC 20374





Period of Performance



The period of performance is estimated to be 48 months.



Place of Performance:



Naval Industrial Reserve Ordnance Plant (NIROP)



Pittsfield, MA


Attachments/Links
Contact Information
Contracting Office Address
  • 1250 10TH STREET SE SUITE 3600
  • WASHINGTON NAVY YARD , DC 20374-5127
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 10, 2022 09:51 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >