SOURCES SOUGHT
J -- Elevator Maintenance and Repair
- Notice Date
- 5/21/2020 7:33:46 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-20-Q-ElevatorMR
- Response Due
- 6/10/2020 1:00:00 PM
- Archive Date
- 06/25/2020
- Point of Contact
- Bronson K. Abrigo, Phone: 8086560977, Melanie D. Phaniphon, Phone: 8086560945
- E-Mail Address
-
bronson.k.abrigo.civ@mail.mil, melanie.d.phaniphon.civ@mail.mil
(bronson.k.abrigo.civ@mail.mil, melanie.d.phaniphon.civ@mail.mil)
- Description
- This Sources Sought Notice is for the information and planning purposes only and shall not be contrued as a solicitation, obligation or commitment by the Government.� market research is conducted to determine the availability and capability of qualified businesses for the following services:� The Contractor shall develop and implement (after KO approval) a Comprehensive PM and Repair Program.� PM consists primarily of inspection, cleaning, lubrication, adjustment, calibration, and minor part and component replacement on buildings and structures, its component equipment and other systems included at facilities which are listed in TE No. 1 � UPH Barracks Elevators; No. 2� - Non-UPH� Administrative Elevators; No. 3 � Reimbursable Customers Elevators at various Army locations (Aliamanu Military Reservation, Fort DeRussy, Fort Shafter, Helemano Military Reservation, Schofield Barracks, Tripler Army Medical Center (non-medical facilities), Wheeler Army Airfield, Island of Oahu, Hawaii.� The Contractor shall submit the Comprehensive PM and Repair Program for this service at the Post Award Conference.� Work that is outside of the scope will be issues as a one time contract requirement. The North American Industry Classification Systems (NACIS ) code proposed for the requirement is 811310, Commercial and Industrial Machinery and Equipment (Except Automotive adn Electronic) Repair adn Maintenance. The size standard for this NAICS is $8M.� The estimated start date is 1 October 2020.� The government is anticipating a term of base period of 1 Oct 2020 - 30 Sept 2021 plus 4 pre-priced 12 month option years. � The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size, business status, DUNs and Cage Code, a statement that your firm has similar past performance and experience in terms of the scope, magnitude, and dollar amount, company's business size, and a description of same/similar services offered to the Government and to commercial industries.� The Government will use this information in determining its set aside decision.� Interested firms are requested to provide the aforementioned information, along with interest and capability statements no later than 10 June 2020. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Interested vendors should submit their capability statement in writing, limited to five pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1. A statement of interest in services contained herein 2. A synopsis of the contractor's capabilities and related experience, limited to five pages. 3. Provide information for Subcontracting.� Please advise if elevator services portrayed in the PWS are customarily subcontracted for performance of part of the work or whether your firm maintains sufficient in-house capability to solely perform the work. Response limited to one page. � Additional information regarding this requirement will be posted for viewing on Beta.Sam at https://beta.SAM.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the� solicitation on a future date. All potential vendors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, lack of registration in the System for Award Management (SAM) will make an vendors ineligible for contract award. NOTE: It is the responsibility of all potential vendors to monitor the Beta.Sam web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Bronson Abrigo, 413th Contracting Support Brigade at bronson.k.abrigo.civ@mail.mil no later than 10:00 a.m. Hawaii Pacific Time (HST) 10 June 2020. Submission shall include the subject line 'Army Elevator Maintenance and Repair HI'. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Telephone requests or inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c4935914cee647bfabd63aa36f28fc60/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN05668362-F 20200523/200521230231 (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 |