Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOURCES SOUGHT

Z -- REQUEST FOR INFORMATION / MARKET RESEARCH

Notice Date
12/12/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-13-R-0004
 
Response Due
1/7/2013
 
Archive Date
2/10/2013
 
Point of Contact
Daniel Cotto, 253-966-3532
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(daniel.cotto@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Thank you for taking the time to assist us in gathering this information! Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently conducting preliminary planning market research to determine commercial market practices and the existence of viable commercial sources capable of providing Sewer & Storm Water Pipe Inspection services for its Directorate of Public Works (DPW). The anticipated period of performance is 1 December 2013 through 30 November 2014 with the possibility to exercise options up to four years. Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform sanitary sewer and storm water video inspection and condition assessment services as defined in the Performance Work Statement (PWS). JBLM has approximately 240 miles of sanitary sewer mains and 260 miles of storm water pipe ranging in pipe diameter from four (4) to seventy two (72) inches. DPW needs inspection and assessment of utility conditions to determine priorities for maintenance, repair, and replacement. The Contractor shall clean and perform closed-circuit television (CCTV) video inspection of sanitary sewer main pipe between manholes and sanitary sewer laterals and perform video, photographic, and visual inspection of manholes in order to determine the condition of the system components and locate any damage, potential leaks, or sources of inflow and infiltration (I&I). The methodology of inspection, data collection, assessment, and reporting shall be completed in accordance with the appropriate National Association of Sewer Service Companies (NASSCO) and Pipeline Assessment and Certification Program (PACP) standards. All mandatory NASSCO information is required in addition to any minimum requirements listed in the PWS. Video equipment shall include a multi-angle camera capable of spanning 360 degrees circumference and 270 degrees on horizontal axis to view sewer pipes six (6) inch diameter or larger for mains. Alterative video equipment may be used for laterals with diameters less than six (6) inches and greater than two (2) inches. The distance the camera travels shall be measured between the entrance of the start point and the exit of the finish point for a true measurement of the length of the pipe segment, as required by PACP. Relevant qualifications required are: The Professional Engineer performing utility assessments shall be registered Professional Engineer in the State of Washington with a minimum of six (6) years experience in sanitary sewer and storm water system evaluation. The contract manager and alternate shall have a minimum of five (5) years of construction project management or contract management experience. DISCLAIMER: In accordance with FAR clause 52.215-3 -- Request for Information or Solicitation for Planning Purposes. (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although quote mark proposal quote mark and quote mark offeror quote mark are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting preliminary planning market research to determine commercial market practices for the inspection of sewer and storm water pipelines. (End of Provision) You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. Please submit your response no later than 7 January 2013 by 10:00:00 AM (PST) via e-mail to usarmy.jblm.acc-micc.list.proposals@mail.mil, Attn Daniel Cotto. We appreciate your participation and input. SOURCES SOUGH QUESTIONNAIRE Company Name: ______________________________________________________ System for Award Management (SAM) https://www.sam.gov DUN/BPN number: ______________ Point of Contract (Name & Position): _______________________________ Mailing Address: __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ Phone: _______________ Fax: _________________ E-Mail:______________________ NOTE: Responses will not be published outside the MICC-JBLM Office but will be used as a tool for a possible upcoming acquisition. 1. An important outcome of this research is the possibility of setting aside this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with (IAW) FAR 19.201(a). Specific SBA programs are veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, economically-disadvantage women-owned small business, and women-owned small business. Is your firm eligible for participation in one or more of the following small business programs? Check all that apply: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HubZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran-Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran-Owned Small Business [ ] yes [ ] no Other ________________________ 2. Can your company provide personnel with the following qualifications? [ ] yes [ ] no The Professional Engineer performing utility assessments shall be registered Professional Engineer in the State of Washington with a minimum of six (6) years experience in sanitary sewer and storm water system evaluation. [ ] yes [ ] no The contract manager and alternate shall have a minimum of five (5) years of construction project management or contract management experience. [ ] yes [ ] no Operators certified by the National Association of Sewer Service Companies (NASSCO) by passing the Pipeline Assessment and Certification Program (PACP). 3. Are there other qualifications required to perform this type of service? __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ 4. What Department of Labor Wage Determination labor categories your company uses to perform this type of service? Occupation CodeTitle __________________________________________ __________________________________________ __________________________________________ 5. How does your company price this type of service? Do not provide a dollar amount. The question refers to unit of measure (i.e. Each, Month, Linear Foot, Cubic foot, etc.) ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 6. Do you offer discounts for large orders? [ ] yes [ ] no [ ] it depends ____________________________________________________________________________________ ____________________________________________________________________________________ 7. Does your company price the preparation work (i.e. transit control and cleaning) apart from the inspection work? [ ] yes [ ] no [ ] it depends ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 8. Thinking of evaluation factors other than price, what differentiates a poorly performing company from a good one in this business? What makes an exceptional company in this business? ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 9. What are the usual potential requirements and qualifications your potential customers ask of your company? ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 10. What type of specific terms and conditions do you require in your commercial contracts for this type of service? ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 11. If your company were selected, how many calendar days would your company need after contract award date before you could be completely set-up and begin providing services? [ ] Immediately [ ] 10 days [ ] 15 days [ ] 30 days [ ] Other ____________ 12. Provide any additional feedback that you feel is relevant (i.e. problems or any other issues experienced with similar contracts): ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Again, we thank you for taking the time to assist us in gathering this information!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/627a3e7ff3f7b72ed8247902dd1669ab)
 
Place of Performance
Address: MICC-JBLM Building 2015, Box 339500 JBLM WA
Zip Code: 98433-9500
 
Record
SN02946970-W 20121214/121212234209-627a3e7ff3f7b72ed8247902dd1669ab (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may 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.