Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2002 FBO #0039
SOURCES SOUGHT

J -- HVAC and Refrigeration Maintenance Service

Notice Date
1/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
 
ZIP Code
78236-1007
 
Solicitation Number
DECA0001
 
Response Due
1/31/2002
 
Archive Date
2/15/2002
 
Point of Contact
Charles Reynolds, Contracting Officer, Phone 210-671-8408, Fax 210-671-1196, - Barbara Untiedt, Contracting Officer, Phone 210-671-8409, Fax 210-671-1196,
 
E-Mail Address
charles.reynolds@randolph.af.mil, barbara.untiedt@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a sources sought and request for information only. The Air Force desires to acquire, in support of the Defense Commissary Agency (DeCA), the maintenance and repair of refrigeration and HVAC systems in military commissaries at various locations. The Air Force is interested in determining if sufficient numbers of capable, and qualified small businesses are available and interested in providing the contemplated services. The Air Force reserves the right to set-aside a portion of, or this entire acquisition for small business. The acquisition strategy is to award one or more contracts to include all the various locations as indicated in the following grouping: Western Pacific Hawaii Section of Region (6 commissaries) All one group will not be split Barbers Point NAS, HI, Ft Shafter, HI, Hickam AFB, HI, Kaneophe Bay, HI, Pearl Harbor, HI, and Schofield Barracks, HI. Midwestern Region (15 commissaries) Group IV North Texas/Oklahoma Area Altus AFB, OK, Dyess AFB TX, Fort Sill, OK, Goodfellow AFB, TX, Sheppard AFB, TX, Tinker AFB, OK, and Vance AFB, OK. Group V South Texas Area Corpus Christi NAS, TX, Fort Hood I, TX, Fort Hood II, TX, Fort Sam Houston, TX, Kingsville NAS, TX, Lackland AFB, TX, Laughlin AFB, TX, and Randolph TX. Eastern Region (11 commissaries) All one group will not be split Eglin, AFB FL, Hurlburt Field, FL, Jacksonville NAS, FL, Key West NAS, FL, Kings Bay NSV, GA, MacDill AFB, FL, Mayport NS, FL, Patrick AFB, FL, Pensacola NAS, FL, Tyndall AFB, FL, and Whiting Field, FL. A contract will not be awarded to split a group of commissaries into smaller groups. Example Group 1 consist of Commissary A, B and C; Group 2 consist of Commissary D, E, and F. You must propose on all commissaries within the group. The government will not split Group 1 and award just Commissary B. The period of performance will commence approximately 1 Aug 02, or date of award through one year thereafter with four priced one-year options to extend for a total performance period not to exceed 60 months. The first solicitation will be issued on or about 15 Mar 02. The NAICS code for this project is 811310 with a $5.0 million size standard. Small business concerns should also refer to Federal Acquisition Regulation (FAR) Part 9.6 --Contractor Team Arrangements, and FAR 19.1 -- Size Standards. The solicitation document, which will be available on this web site, will incorporate provisions and clauses that are in effect through the FAR. The contractor shall provide all personnel, supervision, materials and equipment, and transportation necessary to perform monthly the maintenance and repair of refrigeration and HVAC systems in military commissaries. The contractor shall perform monthly inspections/maintenance to provide for a continued safe, reliable operation of refrigeration equipment and HVAC listed in Technical Exhibit 5. The contractor shall also provide emergency response service within 2 hours of notification. All inspection maintenance and repair shall be performed in accordance with the manufacturer recommendations for each unit and the statement of work within 24 hours. All labor, parts and equipment under $5,000.00 is the responsibility of the contractor. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 & 252.232-7009. CCR can be obtained by accessing the Internet or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. We would greatly appreciate your input concerning any aspect of the content of this RFI document. Your comments are important and will be considered in the development of the solicitation for this service. The following are specific considerations on which we would like you to think and comment. 1. Are there any unrealistic requirements/stipulations that would prevent your firm from responding to an RFP for this type of contract. 2. Based on the acquisition strategy outlined is your company interested and capable of providing service? If interested which Group or Groups?
 
Place of Performance
Address: Various see description
 
Record
SN20020110/00012453-020109090312 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.