Maine Bids > Bid Detail

Snow Removal Services at Portsmouth Naval Shipyard

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159389103757156
Posted Date: Dec 8, 2023
Due Date: Dec 23, 2023
Source: https://sam.gov/opp/c7424a8ad0...
Follow
Snow Removal Services at Portsmouth Naval Shipyard
Active
Contract Opportunity
Notice ID
N4008524R1234
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 08, 2023 11:59 am EST
  • Original Response Date: Dec 23, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S218 - HOUSEKEEPING- SNOW REMOVAL/SALT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Kittery , ME 03904
    USA
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 Businesses, certified HUB-Zone Small Business, and certified 8(a), Woman Owned Small Business, Small Disadvantaged Businesses and/or Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project.

The work will be located in Kittery, Maine at the Portsmouth Naval Shipyard. This procurement is a service for Snow Removal Services and includes the following:




  • The Contractor shall provide pavement clearance to achieve a cleared appearance and safe use of paved surfaces.

  • The Contractor shall provide snow and ice removal services to ensure paved surfaces are safe and passable.

  • The Contractor shall remove snow and ice to ensure designated paved surfaces are safe and passable.

  • The Contractor shall manage snow piles and windrows to ensure streets, roads and parking lots can be cleared to their full width and maintain safe visibility for motorist.

  • Historically firm fixed price snow removal has been accomplished using front end loaders with 12-foot plow or 12-foot plow and wing.

  • For indefinite delivery/indefinite quantity snow removal and snow pile removal the minimum equipment capability is:

    • Front End Loader with 12’ (Min.) Plow or 12’ Plow and Wing

    • Two (2) Front End Loaders (Min. 2 CY)

    • Four (4) Dump Trucks/ (No Trailers) (Min. 14 CY)





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 Business, and certified 8 (a), Woman Owned Small Businesses, Economically Disadvantaged Woman Owned Small Business, Small Disadvantaged Businesses and/ or Small 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.

One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone 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 October 2024. 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 relates 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, Woman Owned, or 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, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Responses must be received no later than 2:00 pm Eastern Standard Time on Saturday 23 December 2023 and shall be emailed to the following: medar.edmond.civ@us.navy.mil and kara.a.holwick.civ@us.navy.mil.

Questions regarding this sources sought notice may be addressed to Medar Edmond at the above email at medar.edmond.civ@us.navy.mil.






Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 08, 2023 11:59 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 >