SOURCES SOUGHT
H -- Lightning Protection Systems (LPS) - Performance Work Statement
- Notice Date
- 11/5/2018
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX19Q0005
- Archive Date
- 11/27/2018
- Point of Contact
- Valerie J. Shipman, Phone: 7852395541
- E-Mail Address
-
valerie.j.shipman.civ@mail.mil
(valerie.j.shipman.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft PWS for Lightning Protection Service SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Army desires to procure to perform visual inspections, preventive maintenance, repairs, and certified testing of lightning protection systems (LPS) on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 238290, with a size standard of $15.0M. A continuing need is anticipated for the performing of visual inspections, preventive maintenance, repairs, and certified testing of the lightning protection systems (LPS) as defined by the NFPA 780 and the DA Pam 385-64. The performance of certified inspections bi-annually as required per the NFPA 780 and DA Pam 385-64 provide accurate meter readings of all components of the LPS' to ensure that they are working in compliance with the requirements for protection as set forth. The inspections of the LPS' are being provided under contract W911RX-15-D-0008. Attached is the draft Performance Work Statement (PWS). FAR Clause 52.219-14, Limitations on Subcontracting, will be included in the award, so the awardee would be required to pay at least 50 percent of the cost of performance incurred for personnel to not be in violation. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the service requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Interested potential contractors shall limit their response to this sources sought notice to a maximum of 10 pages. 9. If issued, all notices, the Invitation for Bid (IFB), and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https://www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates. 10. Interested sources shall submit responses no later than 4:00 PM Pacific Time (PT) on 13 November 2018 via e-mail to Valerie Shipman, Valerie.j.shipman.civ@mail.mil reference Ft Riley Lightning Protection Systems (LPS) Sources Sought in the subject line. Include any comments or questions you may have. Telephone requests for technical information will not be honored. This Sources Sought Notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as an Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. No solicitation exists and solicitation requests will not be acknowledged. MICC-RILEY will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked "Proprietary" will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed because of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a503771af4171e5a18d0f4e6c861505)
- Place of Performance
- Address: Ammunition and explosive storage and handling areas and facilities located on Ft Riley KS, Ft Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN05143118-W 20181107/181105230526-6a503771af4171e5a18d0f4e6c861505 (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 |