SOURCES SOUGHT
J -- NWW USACE Elevator Maintenance for Multiple Locations
- Notice Date
- 12/8/2021 9:45:21 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-22-R-SS03
- Response Due
- 1/7/2022 8:00:00 AM
- Archive Date
- 01/22/2022
- Point of Contact
- Richard A. Harvey, Phone: 5095277510
- E-Mail Address
-
richard.a.harvey2@usace.army.mil
(richard.a.harvey2@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE ELEVATOR MAINTENANCE SERVICES CONTROL #: W912EF-22-R-SS03 NAICS: 811310 PSC: J036 The U.S. Army Corps of Engineers, Walla Walla District (NWW) is seeking input on upcoming requirements for elevator maintenance services in 2022.� Specifically, NWW is seeking to establishing new maintenance service contracts for the following project locations (w/tentative start dates): � Location Performance Start Dworshak Dam, ID April 1, 2022 Little Goose Dam, WA June 15, 2022 Ice Harbor Dam, WA September 1, 2022 Lower Granite Dam, WA November 1, 2022 The Government anticipates advertising these service contracts as early as February 2022 and possible throughout the year, dependent on the number of contracts needed to service these locations.� In the past, NWW established individual contracts for each location, however, NWW is contemplating a multitude of changes to this arrangement in 2022, to include revisiting the contract type, pricing schedule, and the number of contracts required to service the entire mission need. The estimated maintenance services for each location range from $25K-$100K annually.� The estimated performance period for each contract is anticipated to be between 3-5 years. The Government contemplates a commercially competitive procurement in accordance with Federal Acquisition Regulations, Subpart 13, Simplified Acquisition Procedures, utilizing technical factors and price in determining award.� � ************************************************************************************* SERVICES DESCRIPTION: Elevator maintenance services consist of the following performance requirements: Annual Inspections Monthly preventative maintenance Non-routine corrective maintenance Emergency services Elevator specifications (make/model) for each location are as follows:� ************************************************************************************ REQUEST INPUT: The Government seeks input from interested companies to better understand socio-economic capability, market considerations, and help inform acquisition planning.� If your company is interested in one of the upcoming projects listed, please submit a response to include the following information: Company Name Company Point of Contact Company Size Standard (Small or Large business) Company Experience Company DUNS and CAGE, or unique SAM identification number � We would also appreciate (and benefit) from your input on a questionnaire.� Your responses towards these questions, will help inform our agency�s acquisition planning (and future procurement considerations).� Please answer the following questions in your submission: � Which of the projects listed would your company be interested in performing? � What challenges (or reservations) do you have if the Government combined these different project sites into 1 contract? � What are your company�s concerns w/elevator maintenance at Dams (or water-based facilities)?� These elevators are not always dry and subject to water exposure.� � Would your company prefer a Time/Materials contract based on actual performance costs rendered (hours + materials); or would you prefer a fixed price contract (whereby pricing is fixed and established at the formation of the agreement � irrespective of hours/materials)?� Please note, emergency services will always be paid/invoiced according to actual costs.� � What is the industry standard for emergency service response times?� Given the remote location of these dams, what would be reasonable amount of time for your company to be onsite, for any given emergency?� � All NWW contracts require companies to have vaccinated personnel on site (performing work); is that a significant concern to your participation/interest in this work? � Please provide any other information that would be helpful in the Government�s acquisition planning.��� �� � What would be your interest level in the length of the contract.� With the constant changes in the economy and ever evolving price changes for parts would it be better to have a One (1) year contract with Two (2) option years or a One (1) year contract with Four (4) option years? Please submit your responses no later than January 7, 2022, 11:00 am PST.� All interested companies must be registered in the System for Award Management Website (Beta.SAM) SAM.gov | Home to be eligible for a federal contract award.� Please email responses Richard Harvey at email: Richard.a.harvey@usace.army.mil ��Please send your responses via email and use subject line: �Sources Sought Response NWW Elevator Maintenance� with name of your Company.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ae2fffab37f04e91b1597711d0e245df/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN06194216-F 20211210/211208230135 (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 |