SOURCES SOUGHT
J -- PREVENTIVE CORRECTIVE MAINTENANCE UNINTERRUPTED POWER SOURCE VARIOUS CA LOCATIONS
- Notice Date
- 6/11/2020 10:26:54 AM
- Notice Type
- Sources Sought
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024420Q0074
- Response Due
- 6/19/2020 12:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- ISABELITO CABANA 6195566145
- E-Mail Address
-
isabelito.cabana@navy.mil
(isabelito.cabana@navy.mil)
- Awardee
- null
- Description
- SOURCES SOUGHT SYNOPSIS. The Fleet Logistics Center San Diego (FLCSD) is conducting a market survey to determine the interest and capability of industry to participate in a competitive acquisition of non-personal services to provide Preventative Maintenance (PM), Corrective Maintenance (CM) and battery replenishment to Government owned Uninterrupted Power Source (UPS) systems located at sixteen (16) US Navy installations located in California and Nevada in support of Commander Navy Region South West (CNRSW). This is a new requirement. The contract term will be a one-year base period with two one-year option periods commencing 1 October 2020. It is anticipated that: award date to be 1 September 2020; Request for Quote (RFQ) tentatively scheduled to be released on 6 July 2020; resulting contract to be a combined Firm Fixed Price (FFP) and Time and Material(T and M) contract type. The Government intends to set-aside this acquisition to small business. As a result, the Government is performing market research in order to determine if small business possesses the capability to provide the requirements identified herein. Respondents need to indicate all small business designations (i.e. SB, or SB under 8(a), HUBZone, SDVOSB, or WOSB Programs). Interested businesses that can provide the requirements identified in this synopsis are requested to respond. Based upon responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. REQUIREMENT INFORMATION. The requirement is for Preventative Maintenance (PM), Corrective Maintenance (CM) and battery replenishment to Government owned Uninterrupted Power Source (UPS) systems. Please see attached draft Performance Work Statement (PWS). SCOPE. The contractor shall provide Preventative Maintenance (PM), Corrective Maintenance (CM) and battery replenishment to Government owned Uninterrupted Power Source (UPS) systems located at sixteen (16) US Navy installations located in California and Nevada in support of Commander Navy Region South West (CNRSW). WORKLOAD ESTIMATE: See attached PWS for equipment list for each location. SUBMISSION REQUIREMENTS. Interested firms may submit capability statement describing relevant demonstrated experience and qualifications to Contract Negotiator Isabelito M. Cabana via Email Isabelito.Cabana@navy.mil. Capability statement shall be in following format: Font Times New Roman, size 12; 8X11 in paper size when printed; no more than 10 pages one-sided when printed; in Microsoft Word or PDF format. Submissions must be received via email no later than 4:00 PM PDT on 19 June 2020. Questions or comments regarding this synopsis shall be forwarded to the Contract Negotiator via email only. No phone calls will be accepted. No hardcopy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for a proposal. CAPABILITY STATEMENT: The Capability Statement must address, at a minimum, the following: 1) Statement providing Company Name, Company Address, Points of Contact (POC) include name, phone number, fax number, and e-mail address), and confirmation of current small business status (if applicable) under NAICS: 811212 Computer and Office Machine Repair and Maintenance; small business size standard is $27.5 Million. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. 3) The contractors potential approach to perform at least 51 percent of the cost of the contract with its own employees. 4) The contractors technical approach to perform the requirements of the PWS. DISCLAIMER. This is a Sources Sought Synopsis only. This synopsis is for market research purposes and is not a Request for Proposal. It does not restrict the Government from its selection of the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this synopsis. Any information submitted by respondents to this Sources Sought Synopsis is strictly voluntary. End of Synopsis
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e31bc2f70c234564b7a0d384412fd576/view)
- Record
- SN05688011-F 20200613/200611230203 (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 |