SPECIAL NOTICE
J -- RFI_TYAD_Automatic_Door_MAINTENANCE_April_2020
- Notice Date
- 4/21/2020 12:48:32 PM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
- ZIP Code
- 18466-5079
- Response Due
- 5/1/2020 12:00:00 PM
- Archive Date
- 05/16/2020
- Point of Contact
- Charles L. Brown, Phone: 570-615-7621, Maureen Myrthel, Phone: 5706159535
- E-Mail Address
-
charles.l.brown435.civ@mail.mil, Maureen.Myrthel.civ@mail.mil
(charles.l.brown435.civ@mail.mil, Maureen.Myrthel.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TITLE: Automatic Door Maintenance NOTICE NUMBER: �RFI_TYAD_Automatic_Door_MAINTENANCE_April_2020 Classification Code: J099 � Maintenance, Repair and Rebuilding of Equipment: Miscellaneous POSTING DATE: 4/21/2020 DISCLAIMER:� THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE.� This is not a solicitation.� This request for capability information does not constitute a request for proposal (RFP).� This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. 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. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. 1.0 PURPOSE AND OBJECTIVES: Tobyhanna Army Depot (TYAD) is issuing this RFI as a means of conducting market research to determine the availability of industry sources with the capabilities and capacity to provide services for provide On Call Repair Services of Automatic Doors at Tobyhanna Army Depot (TYAD).� The result of this market research will contribute to determining the method of procurement for any future investment.� The applicable North American Industry Classification Systems (NAICS) code assigned to this effort is: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. � 2.0 SUMMARY: TYAD is seeking a prime contractor Contract shall include a per instance maintenance and repair services on approximately 110 automatic doors and associated hardware at Tobyhanna Army Depot as needed or requested by the government in various locations throughout Tobyhanna Army Depot. Work must be in accordance with specifications and information provided in PART 5 & 6 of the PWS. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance on all automatic doors throughout the depot. These services shall also include manufacturer software updates, on-call technical support and on-call maintenance and emergency services on automatic door equipment. �3.0 REQUIREMENTS SITE OF PERFORMANCE/GOVERNMENT FURNISHED ITEMS.� All services shall be provided on-site at Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466.� HOURS OF PERFORMANCE.� Tasks as described herein shall be accomplished during duty hours, 0700 to 1630 hours, Monday through Friday, excluding Federal holidays and any additional days the Depot is closed for business due to weather emergencies or as identified by the Depot Commander during the current contract period of performance. TYAD Production Operation and Holiday Schedule is available at http://www.tobyhanna.army.mil/ click on Operational Status. PERIOD OF PERFORMANCE.� The period of performance is one 12 month base year with four, 12 month option years total 60 month period of performance. REQUIREMENTS: 1. SCOPE: 1.1 EQUIPMENT: 1.1.1. Equipment listed in Attachment I Equipment List, will be covered under this contract and shall be kept in operable and safe condition according to manufacturer specifications. Equipment listed in Attachment I includes the following: 1.1.2. TYAD currently has approximately 110 powered automatic doors consisting of, but not limited to: Bi-part swing doors Single swing doors Single sliding doors Large bi-part sliding bay doors (14�-0� high opening) 1.1.2.2. Brands installed at TYAD include, but are not limited to: DOM KM Duraglide Magic Access Horton Besam Dorma Stanley 1.2 SERVICE CALLS: At time of Solicitation the Contractor will be asked to supply a firm fixed price per month to repair automatic doors listed in Attachment I. DO NOT PROVIDE A PRICE AT THIS TIME. Service calls (if any) will not exceed two (2) calls per month. The contractor shall assess/troubleshoot and perform all repairs as needed or requested by the government on the specific doors listed at the time of each service call notification. Contractor shall be responsible for the successful and proper operating conditions of automatic doors according to manufacturer specifications upon completion of repairs. Pricing provided at the time of solicitation will be required to include all parts, labor, travel, shipping & handling and any other miscellaneous charges that may be accrued. Equipment in Attachment I shall include all parts associated in the operation of automatic doors. Parts described as �associated in the operation of automatic doors� shall be defined, but not limited to, all parts within the overhead head unit, connected push plates (Wired or Transmitted), door arms, sensors or other activation switches with all associated hardware. Parts excluded (Not included in service calls)from the equipment list in attachment 2 are as follows: Weather-stripping��������������� Frames/doors Thresholds��������������������������� Pivots Rails-Rail shoes����������������� Finger guards Glass and glass stops�������� Electric Strikes/Panic Devices Crash Bars��������������������������� Floor Surfaces Card Readers���������������������� Bottom Guides 1.3 MISCELLANEOUS Contractor shall allow for the addition of doors each year of the contract due to new installation and various renovations throughout the depot. The number of additional doors to be added to attachment two (2) shall not exceed 5% of the previous year. All service calls shall be scheduled at the convenience of the government but no more than two (2) calls per month. The contractor shall report for service calls within three (3) days after the notification. The contractor shall provide a written report after each service call, to include the technician�s name, the door location and serial number/Door ID/designation Number (if available), details of repairs made, and any repairs that require replacement parts or materials. The report shall also include a timeline for any repairs and estimated completion date. Prior to award, the contractor may be required to submit references. �The COR will verify parts required and proposed by the contractor. This contract shall include a base year, with the option to extend for four (4) option years at the convenience and request of the Government. Payment will be made on a monthly basis. Payment will be made after approval by the COR, receipt of the all reports and satisfactory completion of the work. If the original replacement material is not available for repairs, the contractor shall submit specifications to the COR for approval of all materials. The contractor shall not commence any work without prior authorization by the COR and the Contracting Officer. All Material Safety Data Sheets (MSDS) shall be submitted for review and approval prior to use at Tobyhanna Army Depot. The contractor is responsible to make all repairs due to damage caused by his/her employees. The workmanship shall be IAW with the best standard practice for this type of work. . 4.0 SUBMISSION REQUIREMENTS FOR CAPABILITY STATEMENT: 4.1 Capabilities Requested Any interested organizations are invited to submit a capability statement in writing in response to this notice.� The organization should be able to accomplish the following criteria: (i) �Demonstrate the ability of the organization to provide a cost-effective solution to provide on call service repairs and maintenance for Automatic Doors located throughout Tobyhanna Army Depot. (ii)� Method of achievement - Interested organizations are requested to identify challenges and risks associated with meeting the requirements as stated in this notice, along with a high-level plan to minimize those risks. Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organizations' capabilities. � 4.2 Qualifications Capability statements received should highlight the organization�s qualifications to take on the workload in this notice.� Respondents should highlight their understanding of the requirements, capability to meet these requirements, similar experience with previous projects, and their proposed method of achievement. 4.3 Format For clarity and consistency, TYAD requests that responses are provided in .pdf or .doc format and do not exceed ten (10) pages using 12 point Arial font.� Capability statements must include the name of the organization (or organizations, if teaming), at least one point of contact, address(es) of organization(s), phone number(s), email address(es), website address(es), NAICS code(s), and size/type of ownership for the organization(s).� 4.4 Small Business Specification Requirements Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business,� women-owned small business, or large business.� Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability. A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement.� If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization.� Please reference FAR clause 52.219-14 entitled, �Limitations on Subcontracting (Jan 2017)�, stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation. 5.0 SUBMISSION INSTRUCTIONS & CONFIDENTIALITY: Responses to this notice shall be provided via email to the TYAD POCs listed below, no later than 3:00 P.M. EST on May 1, 2020. Late submissions will not be accepted or considered after the stated timeframe.� If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POCs listed below only.� Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted.� No feedback or evaluations will be provided to companies regarding their submissions.� Considerations will be for United States based companies only. Please mark any and all classified, confidential, or proprietary information in the organization�s response accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation.� Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s) on Beta.SAM. Charles Brown�� Ph: 570-615-7621 Charles.L.Brown435.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a75692fab67144fc983f0cc15d4d3854/view)
- Place of Performance
- Address: Tobyhanna, PA 18466, USA
- Zip Code: 18466
- Country: USA
- Zip Code: 18466
- Record
- SN05630434-F 20200423/200422060348 (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 |