SPECIAL NOTICE
34 -- RFI NATIONAL MAINTENANCE
- Notice Date
- 11/1/2013
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 20171
- ZIP Code
- 20171
- Solicitation Number
- D14PS00024
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION The Department of Interior (DOI) Acquisition Services Directorate (AQD) on behalf of the United States Coast Guard is seeking to obtain market research from vendors to assist the Government in understanding the capabilities available in the industry to provide support of scheduled preventive annual maintenance, spare parts support, and post-deployment inspection, repair, and refurbishment for the Coast Guard owned environmental emergency response equipment at various prepositioned equipment sites. The caches of equipment support responses to oil spill and disaster relief incidents. The Central Engineering Unit (CEU) Miami ATON/MER Product Line is responsible for national oversight of the equipment maintenance program and the implementation and management of a national integrated logistics system for prepositioned equipment. Additionally, the market research will assist the Government in determining how small business could fit into the United States Coast Guards acquisition strategy. OBJECTIVES The National Maintenance Contract (NMC) will cover scheduled Preventive Maintenance (PM), post-deployment refurbishment and unscheduled repair of equipment at all sites. A comprehensive PM program plays an important role in the upkeep and timely repair of mission critical equipment. Without adequate maintenance support, it is uncertain that the equipment will be consistently reliable for response deployment. NOTICE:This RFI is being issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to a contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. Sources Sought: This RFI is seeking responses from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance All Other Professional, Scientific and Technical Services, applies with a small business size standard of $7,000,000. The data obtained from this RFI will assist the Government in understanding the capabilities available in the marketplace. In order to make a determination for a small business set-aside, two or more small businesses must submit responses that demonstrate their qualifications and their capability to fully satisfy the assessment criteria cited in this RFI. Responses must demonstrate the companys ability to perform in accordance with the Limitations on Subcontracting Clause (FAR 52.219-14) which requires the small business to perform at least 50 percent of the work on the contract. Responses should provide the business DUNS number and CAGE code and include a business size self-certification under NAICS code 811310. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers whether the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Capability Statement Requirements: NATIONAL MAINTENANCE CONTRACT (NMC) REQUIREMENTS 2013 1.Facility. Available East and West Coast facilities should be of sufficient size to provide an area for storage of parts and an area sufficient to conduct PM, unscheduled repairs, refurbishment, and cleaning of equipment as required (includes heavy lifting and support equipment). The West coast facility will not be staffed and will be strictly storage/work space for one 42 ft by 8 ft by 13 ft trailer and a minimum of 1,000 sq ft of inside storage space for miscellaneous spare parts. The East Coast facility shall be physically located within 110 miles of the Strike Force Coordination Center, Elizabeth City, NC with a total of 11,000 square feet of warehouse/office space. It shall be equipped with 10,000 square feet of warehouse space with a ceiling height a minimum of 12 to 14 feet and equipped with a 10 foot wide by 12 to 14 foot high roll-up door for forklift access to the warehouse. It shall include adequate office space for two offices (approximately a total 1000 square feet). The office space shall be equipped with desks, chairs, bookshelves, file cabinets, miscellaneous office supplies, and at least two telephones with access to outside lines. The location shall include sufficient outside yard space to house/store CG GFE (three 48 ft trailers and three 7 ft by 9 ft conex boxes). Contractor shall provide facility standard operating procedures to include safety, quality assurance, and quality control requirements. 2.PM Assistance. Qualified facility staff shall be provided. Personnel shall be very familiar with industry and Coast Guard oil spill equipment inventories, have demonstrated knowledge of equipment through evidence of equipment deployments, and performed maintenance on similar oil spill equipment types. Expected deployments, and performed maintenance on similar oil spill equipment types. Expected level of effort includes: site visits ranging from 5-7 days per site and up to 12 hour work-days. Personnel shall consist of 2 full-time and 2 part-time individuals or an average of 3 full-time personnel. Skill sets for these personnel may include specific labor categories of Program Manager, Engineer, Lead Technician, Mechanics, Rigger/Welder, Computer Programmer, Computer Analyst and Administrative/Supply staff. 2a. Logistical and Administrative Support. Provide necessary management, engineering, logistical, and administrative support as required. 2b. Hazardous Materials Handling. Staff shall be knowledgeable and certified (or can attain certification) in hazardous materials handling and transportation certification load requirements (over-the-road, DoD air and commercial air shipments). The contractor will be responsible for the proper documentation and disposal of all generated hazardous waste in accordance with all local, state, and federal government regulations. 3.Documentation Development. The contractor will be required to develop and provide documentation for work under the contract. Records created by the contractor while working for the Coast Guard belong to the federal government and must be maintained per COMDINST M5212.12A. Development may include writing additional Maintenance Requirement Cards (MRCs), equipment after-action reports, engineering equipment analyses, technical maintenance manuals, equipment reference material, power point presentations, standard operating procedures and maintaining/developing a computerized inventory, history tracking database. CEU Miami ATON/MER Product Line will provide specific tasking as required. 4.Optional Task Activities. At any time during the period of performance of the contract the government reserves the right to exercise the optional tasks CLIN contract year of time and materials work beyond the specific tasks associated with PM visits and level 3 spare warehousing. The specific work shall include: 4.2Casualty Repairs (CASREPs): Supports repairs to all VOSS, SORS, and Strike Team environmental emergency response equipment. When pollution response equipment breaks down, the custodian of that equipment is required by USCG policy to report the casualty by official message to the USCG CEU Miami ATON/MER Product Line. The NMC COR, upon gaining knowledge that a casualty has occurred will; (1) communicate with the custodian to clarify extent/nature of the casualty, determine funding requirements, and source of repair (if minor, Strike Team may perform repairs), and (2) direct the NMC Contractor to provide a cost estimate for parts and/or labor to effect repairs including any anticipated shipping costs. If the Contractor is to affect repairs, order parts, or arrange for shipping, the NMC COR will notify NMC Contractor of repair tasking and inform the DOI IBc CO that additional funding will be provided. 4.3Design/Installation of Equipment Engineering Modification (MEPALTs): Supports implementing modifications to VOSS, SORS and Strike Team environmental emergency response equipment systems and/or components. MEPALTs are promulgated by the CEU Miami ATON/MER Product Line when the NMC COR may request cost estimates (for labor, ordering/shipping parts/kits). Upon receipt of cost estimate from the NMC Contractor, the COR will determine if it is in the best interest for the government to use NMC Contractor support to complete the MEPALT. As CASREP/MEPALT funding is available, CEU Miami ATON/MER Product Line will provide the appropriate level of funding to the DOI IBC to support all anticipated NMC Contractor costs. The COR will then notify the NMC Contractor of alteration tasking and inform the DOI IBC CO that additional funding will be provided. 4.4Refurbishment: Supports bringing the emergency response equipment back to an operational ready-for-issue status subsequent to an actual response. 4.5Configuration Management/Life Cycle Costs: Supports developing maintenance repair cards, operations manuals and standard operating procedures for Coast Guard / Department of Homeland Security emergency response equipment. 4.6Computerized Real-Time Tracking of Deployable Equipment Ready-Loads: Supports establishing and maintaining a common automated tracking system for USCG National Strike Force Ready For Issue (RFI) environmental emergency response equipment. 4.7Quality Assurance Support: Supports quality assurance / quality control effort during new emergency response. 4.8Technical Support to Coast Guard Strike Teams (beyond that performed during annual maintenance): Supports providing up to 3 contractor personnel (mechanics) services for four weeks for disaster relief support. 4.9Technical Support to Other Department of Homeland Security (DHS) Units: Supports material and labor costs associated with emergency response equipment systems owned/operated by other DHS units (agency-wide). Submission:Interested small businesses meeting the small business standard of $7M for NAICS code 811310 are requested to submit a response by 11:00AM EDT on 12 November 2013 to the Contract Specialist, Mr. Ryan Pregot, ryan_pregot@ibc.doi.gov. Submissions shall be submitted electronically and not exceed twenty-five (25) pages. Paper copies will not be accepted. Late responses will only be accepted if they contain extraordinary value to the Government. The responses must include the business size of the vender under NAICS code 811310 (Service Disabled-Veteran Owned Small Business, Veteran-Owned Small Business, Women-Owned Small Business, HUBZone Small Business, Small Disadvantaged Small Business, Historically Black College and University/Minority Institution, Small Business Joint Venture, Consortium, Team Partnering, or Large Business). Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat and not contain text smaller than 11 font. The maximum file size of the submission shall not exceed 8 MB. Tables, graphs, etc. will count against the total page count. Font size smaller than 11 may be used to label tables and graphs, but may not be smaller than 8 font. All data received in response to this Sources Sought Notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Evaluation Panel. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding technical point of contact will not be given and no appointments for presentations will be made. Please refer all questions/comments to the Contract Specialist, Mr. Ryan Pregot, ryan_pregot@ibc.doi.gov. FedBizOps will be the sole repository for all information related to this RFI. Vendor questions and Government responses will be posted to FedBizOps. No questions will be addressed via oral communication. Key Attributes: The assessment of capability statements will be based on the criteria listed below. Responders submitting capability statements should limit submissions to data essential to the assessment. Any and all information obtained for these purposes will be used solely to assist the Government in understanding the capabilities available in the marketplace and thus results will not be disclosed to respondents. 1.The Government will assess the degree to which the vendor can demonstrate their success in the above capability statement requirements. 2.The Government will assess the companys overall management structure and ability to successfully recruit, develop, manage and retain credentialed professionals in projects of similar size, scope and complexity while complying with FAR 52.219-14 limitations in subcontracting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/caf63bdb66466ea8efaac48171ed166b)
- Record
- SN03226566-W 20131103/131101233912-caf63bdb66466ea8efaac48171ed166b (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 |