SOURCES SOUGHT
J -- UPS Maintenance, Repair and Replacement
- Notice Date
- 2/20/2024 8:02:11 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA5587 48 CONS APO AE 09461-5120 USA
- ZIP Code
- 09461-5120
- Solicitation Number
- FA558724Q0027
- Response Due
- 3/8/2024 9:00:00 AM
- Archive Date
- 03/23/2024
- Point of Contact
- Claire Hammond, Phone: 01638522407
- E-Mail Address
-
claire.hammond.gb@us.af.mil
(claire.hammond.gb@us.af.mil)
- Description
- Description: The 48th Contracting Squadron (48 CONS) at Royal Air Force Lakenheath, United Kingdom, seeks feedback from companies/entities capable of providing Uninterrupted Power Supply (UPS) Maintenance, repair and replacement services. The Contractor would be required to provide maintenance, replacement, and upkeep of United States (US) Government owned UPS units.� This requirement spans across infrastructure located on Royal Air Force (RAF) installations Lakenheath, RAF Feltwell, and RAF Mildenhall, United Kingdom (UK). The Contractor would need to provide complete full preventive maintenance, repair, modification, replacement and installation services for the components of the UPS system and batteries. The Contractor would provide all labor, tools, equipment, and transportation for conducting inspections, testing, preventative maintenance, replacement and repair of UPS in accordance with (IAW) industry standards, manufacturer�s specifications, and Standard Maintenance Specification for Building Services SFG 20. NOTE: The Performance Work Statement (PWS) provided in this RFI is a draft PWS only and is subject to change prior to the release of a formal solicitation. General Information: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry�s input to determine the availability of qualified sources with the technical capability to fulfill the UPS Maintenance, repair and replacement services requirement. No contract awards will be made from this notice and no solicitation is available on SAM or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party�s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All responses will be used in whole or in part for determining the most effective acquisition strategy for future UPS Maintenance, repair and replacement acquisitions or similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Response Guidelines: All responses to this Sources Sought must be provided as an attachment in an e-mail message addressed to the Point of Contact (POC), below with the subject line �Response to Sources Sought - UPS Maintenance Services�. Only electronic responses will be accepted. Responses submitted by any other means will not be considered. The deadline for response to this notice is 17:00 GMT, 8 March 2023. Requested Information: The following is requested from interested vendors; 1. Please indicate if your company is willing/able to provide UPS Maintenance, repair and replacement services, or if there are any reasons that prevent your company from providing a quote/proposal should a formal solicitation be issued. 2. Please provide brochures/descriptive literature including a capability statement commonly provided to the general public; if available, please provide your Unique Entity ID or CAGE Code information. 3. Based upon the attached draft PWS, are there any aspects that are unclear and/or unachievable in accordance with commercial industry standards? 4. How could the government revise this requirement to better mirror commercial industry standards? 5. Based upon the attached draft PWS, are there any commercial practices including accreditations, insurances, certifications, or licenses that are required for performance within industry for UPS Maintenance, repair and replacement services? 6. Please identify and provide cost driver information that may affect performance of UPS Maintenance, repair and replacement services. Please submit a written response via scan/email-attachment on company letter head to Ms. Claire Hammond at claire.hammond.gb@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/27b0aebaceb04bbb98113a484d890bfe/view)
- Place of Performance
- Address: RAF Lakenheath, GB-SFK, GBR
- Country: GBR
- Country: GBR
- Record
- SN06971205-F 20240222/240220230048 (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 |