SOLICITATION NOTICE
Z -- Mechanical Maintenance Support Services - Draft Solicitation
- Notice Date
- 11/17/2017
- Notice Type
- Presolicitation
- 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
- SP4705-18-R-0120
- Archive Date
- 12/15/2017
- Point of Contact
- Beverly J Williams, Phone: 703-767-1192, Ronald E. Fairley, Phone: 7037671175
- E-Mail Address
-
Beverly.J.Williams@dla.mil, ronald.fairley@dla.mil
(Beverly.J.Williams@dla.mil, ronald.fairley@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Solicitation for Mechanical Maintenance Support Services The Defense Contracting Services Office - Fort Belvoir (DCSO-F) is currently conducting market research seeking capabilities statements from potential sources as well as seeking industry input on the attached DRAFT Performance Work Statement (PWS). DCSO-F is seeking sources of a Mechanical company on behalf of the Defense Logistics Agency (DLA) Installation Management (DF-FFI) at Fort Belvoir with the capability to provide operation, maintenance, service, repair, replacement and minor construction and alteration services for the Defense Logistics Agency Headquarters Complex (HQC) and associated facilities. For further information, please see attached Draft PWS within the attached DRAFT Solicitation. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 238220- Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $15,000,000. DSCO-F is NOT requesting a proposal in response to this draft solicitation. A DRAFT Solicitation is included with this notice. It should be noted that this document is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions. This synopsis neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. The draft solicitation should not be construed as a commitment by the government for any purpose. All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified below. The packages will be reviewed according to these criteria. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. Interested sources who believe they can meet these requirements should provide a statement of capabilities that clearly addresses the below questions: 1. Does the company possess a current Commonwealth of Virginia Class A Contractors License, Fairfax County Business License, Commonwealth of Virginia Master HVACR License, and Commonwealth of Virginia Master Plumber License? 2. Does the company currently have an active Facility Clearance at the secret level or better? 3. How many personnel does the company have that possesses a current secret level clearance or better and the licensing and certifications needed for this requirement? 4. Please provide a list of commercial buildings that are at least one million square feet that the company has performed a long term mechanical maintenance service contract on. 5. Does the company have the ability to perform 95% of all mechanical maintenance services (FFP + IDIQ) specified within the Draft PWS without subcontractors. (in house) 6. Does the company have branches or departments within the company, specifically Plumbing, HVAC, Design and Engineering, Electrical, and Controls Department? 7. Have you performed the same or similar work in the past? 8. What are your specific technical skills that will ensure your capability to perform the requirement? In addition to the above, the capability statement must include: 1. Company name, address, point of contact name, phone number, fax number, and email address. 2. Business Size and status of your company 3. Contractor and Government Entity (CAGE) Code. THERE IS NO SOLICITATION AT THIS TIME. Interested sources are requested to review the attached DRAFT Solicitation and attend the Pre-Solicitation Conference which will be on Wednesday, November 29, 2017 at 1:00 p.m. EST. The Pre-Solicitation Conference will be held at DLA HQ, 8725 John J. Kingman Road, Fort Belvoir, VA 22060. All attendees will meet in the lobby after checking into the building. Offerors will be limited to three (3) total attendees per Company and the attendees must register with Ronald Fairley at ronald.fairley@dla.mil by 1:00 p.m. EST on Monday, November 27, 2017. A Site Visit/Walk-thru will follow the conference. To gain access to the installation you will need to have a government issued ID (e.g. driver's license, state issued photo ID) for every individual, and vehicle registration and insurance for each vehicle. Once you have entered to the gates, proceed to the flags to check in the building. As stated above, the Government is providing industry an opportunity to submit any questions or feedback regarding this requirement. DRAFT RFP questions and capability statements should be sent to Ronald Fairley at ronald.fairley@dla.mil and Beverly J. Williams at Beverly.j.williams@dla.mil no later than 1:00PM EST on Monday, November 27, 2017. All correspondence sent via email shall contain a subject line that reads "DRAFT Solicitation - Mechanical Maintenance Services". If this subject line is not included, the e-mail may not be reviewed. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. The Government will respond to the questions at the Pre-Solicitation Conference. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. Contractors assume financial responsibility for any costs incurred. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM) at https://www.sam.gov, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Respondents will not be notified of the results of the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the DCSO-F and DLA Installation Support. Capability statements shall be limited to no more than seven pages and sent directly to both Beverly J. Williams and Ronald Fairley. Only electronic responses will be accepted. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-18-R-0120/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04744290-W 20171119/171117231250-7e334f6c87c7de660b3c51f823da76e8 (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 |