SOURCES SOUGHT
J -- Inspections and Preventive Generator Service Maintenance to include fuel analysis on Generators and Six (6) Fuel tanks.
- Notice Date
- 1/29/2020 9:53:57 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 0413 AQ HQ CONTRACT FORT WAINWRIGHT AK 99703-0510 USA
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D0-00001
- Response Due
- 2/13/2020 1:00:00 AM
- Archive Date
- 02/28/2020
- Point of Contact
- Robert Sullivan, Ronald Locklear
- E-Mail Address
-
robert.j.sullivan90.civ@mail.mil, ronald.g.locklear.civ@mail.mil
(robert.j.sullivan90.civ@mail.mil, ronald.g.locklear.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION FOR� GENERATOR SERVICE MAINTENANCE INTRODUCTION The 413th Regional Contracting Office on Fort Wainwright, Alaska is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry capability available to provide requested services.� The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. 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. REQUIRED CAPABILITIES The contractor will be required to do the following things to ensure that the generators work at their fullest capacity. � � � � � � a. Load test batteries. ����������� b. Inspect the belts and replace as needed. ����������� c. Inspect and maintain the engines within the units. � � � � �� d. Replace oil, air, and fuel filters along with disposing of any and all dunnage that doing the service �� maintenance may generate. � � � � �� e. Ensure only manufacturer genuine parts and supplies will be used to complete any preventive maintenance services, and repairs. � 2. INSPECTIONS & PREVENTIVE MAINTENANCE: Contractor will be required to provide documentation when they have completed the items that are required to be done when the annual inspections and preventive maintenance has been completed. Perform a fuel analysis on three (3) generators located at Building 4706 (Bassett Army Community Hospital). Perform a fuel analysis on Six (6) fuel tanks at different sites. 5 fuel tanks located at� Building 4706 (Bassett Army Community Hospital) and 1 Fuel tank located at Building 3406 (Kamish Troop Medical Clinic) All work, including minor adjustment callbacks will be performed by trained employees during regular working hours of regular working days Monday � Friday 0630 - 1630. All maintenance procedures and repairs will also be performed during regular work day unless the work will absolutely require to be done after hours, at that time Facilities Management will need to be notified to schedule a time after hours to get completed. Inspections shall not interfere with operation of existing systems for daily hospital operation. Coordinate inspection schedules with MEDDAC Facilities Management personnel prior to beginning any work. PAYMENTS:� Contractor shall use WAWF and input invoices as a 2-in-1 invoice. ELIGIBILITY The applicable NAICS code for this requirement is 811219 with a Small Business Size Standard of $20.5 Million Dollars. The Product Service Code (PSC) is J061. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than two 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed. �No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Robert Sullivan, in either Microsoft Word or Portable Document Format (PDF), via email to Robert.j.sullivan90.civ@mail.mil and Ronald.g.locklear.civ@mail.mil no later than 12:00 p.m. AKST on 13 February, 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.� If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization, DUNS/CAGE code and size and determination; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist identified above.� 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/Request for information
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e5302ed25f2340a59da40ee28a97bbd3/view)
- Place of Performance
- Address: Fort Wainwright, AK 99703, USA
- Zip Code: 99703
- Country: USA
- Zip Code: 99703
- Record
- SN05546846-F 20200131/200129230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |