SOURCES SOUGHT
45 -- Mechanical Building Maintenance Services - Sources Sought
- Notice Date
- 12/22/2015
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-16-R-Mechanical
- Archive Date
- 1/22/2016
- Point of Contact
- Ronald E. Fairley, Phone: 7037671175
- E-Mail Address
-
ronald.fairley@dla.mil
(ronald.fairley@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Mechanical Building Maintenance Services Description REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for market research and capability purposes only. This request for information should not be construed as an Invitation for Bid, Request for Proposal/Quote or Solicitation. This request is not to be interpreted as a commitment on the part of the Government to award a contract and responses received will not be evaluated as a proposal. Furthermore, the Government will not pay or reimburse respondents, cost expenses, for any information submitted as a result of this request. The Defense Logistics Agency (DLA) is seeking information from all size business concerns under North American Industry Classification System (NAICS) 238220 capability to obtain mechanical maintenance services for operation, maintenance, service, repair, replacement, installation and minor construction/alteration services for all buildings, structures and related systems and equipment. Mechanical services, if pursued and awarded, would be performed at the DLA, Andrew T. McNamara Headquarters Complex, Fort Belvoir, Virginia. Service also includes a Receiving Facility building, the Child Development Center (CDC), the Defense Threat Reduction Agency (DTRA), parking garage, three guard houses, and a recreation building. Interested parties must be capable of providing all labor, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. Response Submittal: Responses shall not exceed 10 pages. The file size limitation for e-mail attachments is 3 megabytes. Further, access by DCSO to information in any files attached to a response is the responsibility of the submitting party. DCSO is not responsible for any failure to access information. Therefore, please ensure that files are easily accessible by DCSO - Word files are preferable, but we will accept.pdf files as long as they meet the 3 megabyte size limitation. DCSO will not notify respondents of the results of this market research. Information submitted will not be returned, and will not be accepted after the due date for responses. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: Please provide no more than three (3) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., electrical facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. General Requirements: •· As specified in the attached Statement of Work (SOW) Contractor Licensing, Certification and Specific Experience Requirements: The Contractor and Sub-contractor shall possess all licenses required by the Local, State and Federal Government. Local Government includes Fairfax County and Fort Belvoir and may include but are not limited to Commonwealth of Virginia Class A Contractors License, Fairfax County Business License, Commonwealth of Virginia Master HVACR License, and Commonwealth of Virginia Master Plumber License. Additional Requirements: •1. Companies responding to this RFI should indicate whether or not they are a large or small business, small disadvantaged business, woman-owned, Hub Zone small business, service disabled veteran owned or 8A. •2. Capability Statement: Provide a capability statement sufficient to demonstrate sound proficiency to perform all requirements as stated above that demonstrates resources and ability to perform relative to requirements. •3. Company Info: Company Name AND point of contact Street address City, State and Zip Code Submit responses to ronald.fairley@dla.mil no later than Thursday, January 07, 2015, 3:00 pm (EST). The subject line of the email message shall read: "Mechanical Maintenance and Services". There is no guarantee that the Government will issue a solicitation for subject services. All information received in response to this request will not be returned and in accordance with FAR 15.201 (E), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-R-Mechanical/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03975959-W 20151224/151222234320-e04c158aff56a2c2caac5bcaa6a65c6c (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 |