Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SOURCES SOUGHT

J -- Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services

Notice Date
11/18/2024 8:39:25 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA2550 50 CONS PKP SCHRIEVER SFB CO 80912-2116 USA
 
ZIP Code
80912-2116
 
Solicitation Number
FA255025SSAVB
 
Response Due
12/4/2024 12:00:00 PM
 
Archive Date
12/19/2024
 
Point of Contact
Linda A. Cummings, Phone: 7195675758, A1C Michelle Joann Hubbard, Phone: 7195674866
 
E-Mail Address
linda.cummings@spaceforce.mil, michelle_joann.hubbard@spaceforce.mil
(linda.cummings@spaceforce.mil, michelle_joann.hubbard@spaceforce.mil)
 
Description
THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY. 1. This Sources Sought (SS)/Request for Information (RFI) is issued solely for market research purposes to determine potential sources. This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. Respondents will not be notified of the results since this is an RFI announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any potential future RFQ. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined and market research results will assist in determining the direction this acquisition may take. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. All responses shall comply with the criteria established in this RFI to be considered for review. 2. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method. Therefore, we further invite offerors to provide a capability statement in response to this requirement as well as the information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. 3. Description of Requirement: The Contractor shall provide all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for SSFB vehicle barrier systems. Vehicle barrier systems include, but are not limited to, actuators, control systems (including software), control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic-related equipment, safety loops and other vehicle detection systems, switches, corresponding traffic lights, light duty drop arms, associated computerized systems, and control cabinets. Work shall comply with all applicable commercial and US military standards/specifications as well as Federal, State, and local laws and regulations (see DRAFT PWS Appendix C). 4. Current Contract and Incumbent: FA255021F0014 / Perimeter Security Partners 5. Responses must address the following: a. Name, address, CAGE Code, SAM UEI, and main point of contact of your company. b. Provide a capability statement to show the ability to meet requirement. c. Specify your business type (large business, small business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon NAICS 811210, Electronic and Precision Equipment Repair and Maintenance. Specify all that apply. d. The anticipated NAICS 811210, Electronic and Precision Equipment Repair and Maintenance The anticipated Product Service Code (PSC) is J059, Maint/repair/rebuild Of Equipment-Electrical and Electronic Equipment Components. Please provide information if the NAICS/PSC is correct or if a different NAICS/PSC is a better fit. Please specify the different NAICS/PSC, if applicable, and explain why. e. Does your company currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA). f. Identify any projects completed in the past five years for the same or similar scope to help determine capability and capacity in meeting the requirement for the services listed in the DRAFT PWS. Include any Government contracts (Federal, State, or local) awarded for this type of requirement. Include the contract number and a government point of contact. Identify if the work was as the prime contractor or a subcontractor for these projects and their dollar values. g. For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the PWS is to further assist industry when proposing on the PWS and to streamline the solicitation process. The Government will not post official responses to the questions/feedback, but they will be reviewed by the Government. h. Are the experience and/or certification levels identified in the DRAFT PWS paragraph 3 for lead and standard technicians be reasonable? If not, what would industry usually expect? i. Is it clear what is expected in �Required Tasks�? If no, please provide specifics to include paragraph number and an explanation of what is unclear. j. Are there any other aspects of the Draft PWS that are unclear? Please provide specifics to include paragraph number and an explanation of what is unclear. k. Is a Phase-In needed for this requirement? If yes, how long should it be? What activities are expected during the Phase-In? 6. Industry Response: All responses shall be received by 4 December 1:00 PM Mountain Time. No extension to the response date will be considered. Send responses via e-mail to both Linda Cummings, linda.cummings@spaceforce.mil, and A1C Michelle Hubbard, michelle_joann.hubbard@spaceforce.mil by the response date. Please identify the RFI/Sources Sought number FA255025SSAVB in the email subject line. Responses shall be no more than five pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first five pages and may disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. 7. Any questions regarding this Sources Sought can be directed to both the CO and CS listed above. LIST OF ATTACHMENTS: DRAFT PWS DRAFT SSFB AVB Equipment List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/acbd8399a467490fb55c3ecf173d523d/view)
 
Place of Performance
Address: Colorado Springs, CO 80912, USA
Zip Code: 80912
Country: USA
 
Record
SN07268160-F 20241120/241118230107 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.