SOURCES SOUGHT
99 -- Request for Information Facilities Maintenance Services For the Defense Commissary Agency
- Notice Date
- 3/20/2024 1:01:38 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- CONSTRUCTION-FACILITIES MAINTENANCE FORT GREGG ADAMS VA 23801-1800 USA
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC013-24-RFI-0001
- Response Due
- 3/28/2024 11:00:00 AM
- Archive Date
- 04/12/2024
- Point of Contact
- Jason Reedy, Phone: 804-734-8000, ext. 49815, Langston Hines, Phone: (804) 734-8000 ext. 52703
- E-Mail Address
-
Jason.Reedy@deca.mil, Langston.Hines@deca.mil
(Jason.Reedy@deca.mil, Langston.Hines@deca.mil)
- Description
- NOTICE:� This is a request for information only and is not a request for proposals, offers, or quotes. Any response will not be considered binding on the government or responders. The government does not commit to pursue any requirements or methodologies described herein and will not provide reimbursement for any costs incurred in the preparation and submittal of responses. Responders must clearly mark any information that they consider to be proprietary. Summary:� Defense Commissary Agency (DeCA) Facility and Equipment Preventive Maintenance and Repair Services at DeCA Commissary Facilities. NAICS:� 561210 � Facilities Support Services Location of Services:� DeCA Facilities in CONUS, Alaska, Hawaii, Puerto Rico, and Guam (See attached location lists) Anticipated Scope of Work:� The contractor would provide all personnel, tools, labor, equipment, materials, supervision, transportation, and other items necessary for preventive maintenance, unscheduled maintenance, and emergency maintenance for commissary facilities in the referenced locations. The requirement includes internal and external repairs (the action of fixing or mending current infrastructure and equipment to required operational state), of various facility components and systems. �Repair support services including building/structure repair and repair by replacement or upgrade of components (replace or upgrade is the action of replacing or upgrading with new equipment or systems), where appropriate, within a five-foot perimeter of the exterior walls of a covered facility, to include canopies and lighted extensions of entrances and exits.� Requirement may also include Call Center for emergency calls and other service requests.� Facility systems covered by this requirement include, but may not be limited to: Heating, ventilation, and air conditioning systems (HVAC) Lighting systems and LED conversions/re-lamping of existing light fixtures Security, fire, plumbing and electrical systems Grocery store refrigeration systems Equipment specific to commissary operations, such material handling equipment (MHE); balers; miscellaneous food processing equipment Remote Monitoring/Controls Systems (RMCS) The maintenance services to be provided are: Preventative Maintenance (PM), Unscheduled Maintenance (UM) and Emergency Maintenance (EM). INFORMATION REQUESTED: The purpose of this RFI is to seek information from solution providers on the following items: �Provide feedback on your company�s ability and willingness to provide services for General Facilities Maintenance, HVAC, Refrigeration Maintenance, and Remote Monitoring/Controls as either combined or separate requirements. In your feedback, please provide preference on approaching these requirements as combined (combined in a single contract award) versus separate requirements (separated into distinct contract awards), and include advantages and disadvantages for each approach. The following contract structure is being considered by the Government for Unscheduled Maintenance Service Orders and Emergency Maintenance Service Orders:� All work (UMs and EMs) with anticipated price (by service order) at or under $5,000 will be under a single consolidated firm fixed price contract line item.� All services for UMs and EMs under $5000 would be included/completed under the overall stated firm fixed price.� All work (UMs and EMs) with anticipated per-repair price at over $5,000 will be separately negotiated as individual firm fixed price service orders when the repair is needed. Please provide your company�s feedback on the feasibility of the above pricing structures (pros and cons from an industry standpoint) as well as the types of information your firm would need in order to provide a responsive proposal to a future solicitation involving this type of pricing structure. Please also provide information on other contract or pricing approaches your company believes is mutually beneficial for the Government and your company. Contract services are anticipated to be performance based, where certain performance measures will be defined and must be met by the contractor throughout the life of the contract. We encourage your comments and feedback.� Please submit responses no later than Thursday, March 28, 2024 at 2:00 p.m. EDST, to the following individuals: Jason Reedy at:� Jason.Reedy@deca.mil Langston Hines at: Langston.Hines@deca.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6752bc912d4e45ab9f993284bc73b33b/view)
- Place of Performance
- Address: Fort Gregg Adams, VA, USA
- Country: USA
- Country: USA
- Record
- SN07004022-F 20240322/240320230105 (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 |