SOURCES SOUGHT
Z -- Bay & Hangar Door Maintenance, Repair, and Replacement (Fort Bragg, NC)
- Notice Date
- 5/21/2020 11:34:17 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-20-Q-9006
- Response Due
- 6/5/2020 11:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Quentin Williams, Phone: 9109073510, Anna Walker, Phone: 9109084602
- E-Mail Address
-
quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil
(quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Bay & Hangar Door Maintenance, Repair, and Replacement (Fort Bragg, NC) THIS IS A SOURCES SOUGHT NOTICE ONLY and a request for Industry comment for informational and planning purposes and shall not be construed as a solicitation or as an obligation on the part of the Mission and Installation Contacting Command, Fort Bragg (MICC-FB).� This Sources Sought is intended strictly for market research and the purpose of this Sources Sought & Request for Industry Comment to determine the interest and capability of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS)� 238990, �All Other Specialty Trade Contractors,� with small business size standard is $16.5 million. Responses to this Sources Sought are not Offers and cannot be accepted by the Government to form a binding contract. A formal Solicitation does not exist at this time. MICC-FB received a request to support the Directorate of Public Works (DPW), located on Fort Bragg, North Carolina for the Maintenance, Repair and Replacement of Bay and Hangar Doors. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance, repair and replacement of bay doors and hanger doors at Fort Bragg and Army-maintained facilities at Pope Field, Camp Mackall, Simmons Army Airfield, and the Airborne Special Operations Museum (ASOM) and Linden Oaks. The requirement calls for a contractor to furnish labor and necessary equipment and tools to ensure proper maintenance and repair of bay/hanger doors per the Performance Work Statement (PWS). Fort Bragg DPW oversees 591 buildings with approximately 3,544 bay and hanger doors requiring maintenance and repair service. Bay and hanger doors range in size and type of operation to include electric, chain hoist and manual systems. Preventative maintenance is required semi-annually to ensure equipment remains in operational order. The conceptual acquisition strategy is to establish a single Time and Materials contract with a twelve (12) month base period, and include two (2) 12-month options. Please see the DRAFT PWS attached to this notice for a complete description of this requirement. The U.S. Government desires to procure the Maintenance/Repair/Replacement of Bay and Hangar Doors 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 IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. 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 government to a contract for any supply or service. Further, the 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 government will not reimburse industry for any information or administrative costs incurred in response to this notice. 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. Submission shall be limited to no more than five (5) pages and sent electronically to Contract Specialist, Mr. Quentin Williams at Quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. Standard brochures will not be considered a sufficient response to this Sources Sought request. Information provided will not be used as a part of any subsequent Solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary by nature. All contracting topic questions are listed below and shall be answered in the Capability Statements: (1)� Provide your company's name; Point of Contact information (address, telephone, facsimile, email); DUNS number; CAGE code; and (2)� Provide your firm's Socioeconomic Classification (Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, Woman- Owned, Woman-Owned Economically Disadvantaged, 8(a) [entrance / exit date], etc.). (3)� Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to perform. (4)� Capabilities/Qualifications: A short written response providing clear and unambiguous statement providing your company's capacity to fulfill this requirement as briefly described herein. The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming Solicitation for the subject services requirement. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. Capability statements are due no later than 2:00 p.m. on Friday, June 5, 2020. An electronic copy should be emailed directly to Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Ms. Anna Walker at anna.m.walker.civ@mail.mil. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D. Kukes at scott.d.kukes.civ@mail.mil or 210-466-2419, 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2f688e3101124b9bb5540b241dc8defd/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN05668401-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 |