SOURCES SOUGHT
Z -- Pneumatic Tube System Maintenance and Repair, NNMC
- Notice Date
- 2/22/2006
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-06-D-4401
- Response Due
- 3/8/2006
- Archive Date
- 3/23/2006
- Small Business Set-Aside
- Total Small Business
- Description
- NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON (NAVFAC WASHINGTON)PWD NORTH POTOMAC IS SEEKING TO IDENTIFY POTENTIAL SMALL BUSINESSES (SB) CAPABLE OF PROVIDING MAINTENANCE SERVICES FOR THE PNEUMATIC TUBE SYSTEM AT THE NATIONAL NAVAL MEDICAL CENTER. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUANCE OF AN RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC WASHINGTON) TEAM, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. AN AWARD WILL NOT BE MADE ON OFFERS RECEIVED IN RESPONSE TO THIS NOTICE. IF THE SOLICITATION IS ISSUED, COMMERCIAL ITEMS PROCEDURES WILL BE USED, WHICH WILL REQUIRE OFFERORS TO SUBMIT TECHNICAL EXPERIENCE, PAST PERFORMANCE, AND PRICE FOR EVALUATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR THE COST ASSOCIATED WITH ANY EFFORT EXPENDED IN RESPONDING TO THIS NOTICE. THE NAICS CODE FOR THIS PROPOSED PROCUREMENT IS 561790 (SIZE STANDARD IS $6.5 MIL). THERE WILL BE A 15-DAY TRANSITION PERIOD TO FULL PERFORMANCE. IF AWARDED, THE CONTRACT WILL CONSIST OF A BASE PERIOD AND OPTIONS TOTALING 60 MONTHS OF PERFORMANCE. The successful contractor, to any forthcoming solicitation, shall provide all labor, supervision, tools, material, and equipment necessary to provide maintenance services for the Pneumatic Tube System leaving Buildings 8, 9, and 10, by means of a combination firm fixed-price and indefinite quantity contract. The contract requirement is located at the National Naval Medical Center, Bethesda, Maryland. The successful contractor, to any forthcoming solicitation, shall provide all labor, supervision, tools, material, and equipment necessary to provide maintenance services for the Pneumatic Tube System leaving Buildings 8, 9, and 10. Work includes visual and operational inspection of the overall system operation, inspection of all mechanical parts and electrical wiring, adjustment and alignment of mechanical and electrical components, cleaning and/or lubrication of mechanical and electrical components, labor and material for repairing or replacing parts which fail through normal use and wear, performance of service call work to make repairs to return system to proper operation, operational check of each component, verification of manufacturer?s specification relevant to the instrumentation of electronic, electro/mechanical and mechanical functions, provide emergency service 24 hours a day, 7 days a week including scheduled Government holidays. The original system was installed by Lamson Corporation and came online in December of 1979. The system has been modified and upgraded over the years. The current computer control center was upgraded to the MariahNT Pneumatic Tube Operating Software, and all station and diverter firmware was also upgraded. The current system consists of a single line network of transmission tubing formed into a single zone system, which interconnects all stations. A common send/receive tube line ties each station into the system via a diverter. All transactions are controlled by a desktop computer system (System Control Center SCC), which assures clear right-of-way, shortest route and maximum use of system capacity. The diverters assigned with specific duties, transfer carriers without the need of a central transfer point. Systems and equipment to be serviced include, but are not limited to: Automatic, computer controlled, pressure/vacuum single line reversing Pneumatic Tube system, 14-3/4? length x 41/2? diameter carriers, various Blowers, Diverters, and Stations, Dell Optiplex Desktop Computer with Microsoft Windows XP Professional, Swisslog Quantum MariahNT System software, and Station Control and Pneumatic Control Microprocessor Assembly with MariahNT firmware. The successful contractor to any forthcoming solicitation will have personnel specifically qualified and trained to work on the current specific Pneumatic Tube systems and equipment shall perform all work. The successful contractor shall submit certification that shows personnel are authorized to maintain this software and the Pneumatic Tube system and all components. Documentation of the qualifications of personnel shall be provided to the Contracting Officer prior to the award of the contract. Qualifications for each person assigned to work on this contract shall be maintained on site by the contractor and shall be produced for inspection by any Government representative. The Government reserves the right to stop any work by the Contractor in order to determine that qualified individuals are performing work. STATEMENT OF CAPABILTIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will determine the feasibility and/or basis for NAVFAC Washington?s decision to establish this requirement as a competitive Small Business set-aside acquisition. Interested firms who qualify must submit a SOC, which describes, in detail, the firm?s capability of providing Pneumatic Tube System Maintenance and capability of obtaining all manufacturers? parts at the National Naval Medical Center. Your SOC shall include the following: (1) Full Name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) a copy of certifications stating Small Business Status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database; (6) information on relative past projects that best illustrate your qualifications for this contract. Of specific interest is your ability to maintain an automatic, computer controlled, pressure/vacuum single line reversing Pneumatic Tube system with the components listed in the above description. Include prior experience of key company personnel both as prime and all planned subcontractor showing experience in providing and managing Pneumatic Tube System Maintenance and Repair. Provide the following information for each project listed: a) contract number and project title; b) name of contracting activity; c) administrative contracting officer?s name, current phone number; d) contracting officer?s technical representative or primary point of contact name and current phone number; e) contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f) period of performance (start and completion date); g) annual award amount and final contract value; h) summary of contract work; (7) Documented evidence that your firm is authorized to maintain and repair the Pneumatic Tube system and components. (8) Certification that shows personnel are authorized to maintain the required software and the Pneumatic Tube system and components. (9) Training /mobilization capability to get from award to start date; and (10) sub-contract management-Provide any information on proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513.) The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm?s capabilities to perform the defined work. The SOC must be on 8? x 11? standard paper and is limited to 20 single-sided pages (10-12 font), including all attachments. Interested parties shall mail, hand deliver, or e-mail the SOC responses to: PUBLIC WORKS DEPARTMENT (PWD) NORTH POTOMAC, (ATTN: Erica Binnix), 8901 Wisconsin Ave, Bldg. 14, Bethesda, MD 20889-5609, or e-mail: erica.binnix@nfwash.navfac.navy.mil. The point of contact for any questions and/or concerns is Erica Binnix, ph: 301-295-2931. SOC?s are due no later than 2:00 pm EST on 8 March 2006.
- Place of Performance
- Address: NATIONAL NAVAL MEDICAL CENTER, 8901 WISCONSIN AVENUE, BETHESDA, MARYLAND
- Zip Code: 20889
- Country: USA
- Zip Code: 20889
- Record
- SN00992672-W 20060224/060222212739 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |