SOURCES SOUGHT
J -- HVAC Services - Draft Performance Work Statement (PWS) Attachment 1
- Notice Date
- 4/5/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
- ZIP Code
- 22060-5134
- Solicitation Number
- W91QV118R0056
- Archive Date
- 5/4/2018
- Point of Contact
- Diandra J. Green, Phone: 703-806-2176, Sherry L. Carner, Phone: 703-806-4425
- E-Mail Address
-
diandra.j.green.civ@mail.mil, sherry.l.carner2.civ@mail.mil
(diandra.j.green.civ@mail.mil, sherry.l.carner2.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft PWS (Attachment 1) INTRODUCTION The Department of the Army, Mission and Installation Contracting Command at Fort Belvoir is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for providing preventive maintenance for 8 HVAC units. The specific location(s) of the work site is sensitive and restricted. All of site locations are within the National Capital Region area and within one hour drive of Joint Base Anacostia Bolling AFB. See draft Performance Work Statement (PWS) attached (Attachment 1) for place of performance. The purpose of this notice is to identify potentially qualified 8(a) business capable of providing HVAC services. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The applicable NAICS code for this requirement is 238220 with a Small Business Size Standard of $15M. The Product Service Code is Z1JZ. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch and shall be submitted electronically to the Contract Specialist, Diandra Green, as a Microsoft Word Document or Portable Document Format (PDF). The deadline for response to this request is no later than 2 pm, EST, 13 April 2018. All responses under this Sources Sought Notice must be e-mailed to diandra.j.green.civ@mail.mil. This documentation must address at a minimum the following items: 1.) General Business Information, organization name, point of contact, email, phone, DUNS number, Facility Clearance Level: Example : None, Secret, Top Secret, Cage Code, 8 (a) certification valid through date, registered in the Systems for Award Management-Yes/No, On the Excluded Party List: Yes/No. 2.) What type of work has your company performed in the past in support of the same or similar requirement? 3.) Can or has your company managed a task of this nature? If so, please provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? The estimated period of performance consists of one (1) 12 month base year and four (4) twelve month option years and 6 month extension with performance commencing in May 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. NO PHONE CALLS WILL BE ACCEPTED. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. No physical or quote mark copies will be accepted as a result of this request. No requests for capability debriefings will be honored as a result of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a863770d72c3d3d05e4ab83b5202b55)
- Place of Performance
- Address: See Performance Work Statement (PWS) attached. (Attachment 1 ) various performance locations., Joint Base Anacostia Bolling, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN04879530-W 20180407/180405231124-4a863770d72c3d3d05e4ab83b5202b55 (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 |