Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
SOURCES SOUGHT

J -- Container Maintenance/Repair

Notice Date
5/2/2014
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
W911S8-14-T-0006
 
Response Due
5/16/2014
 
Archive Date
7/1/2014
 
Point of Contact
Ianthe M. Stevens-Ford, 253-966-3503
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(ianthe.m.stevens-ford.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFOMRATION (RFI) ISO Container Maintenance Joint Base Lewis-McChord, Washington W911S8-14-T-0006 Thank you for taking the time to assist us in gathering this information! The 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 International Organization for Standardization Container (ISO) Maintenance for Joint Base Lewis-McChord. The anticipated period of performance for the aforementioned requirement is a base period of 1 April 2015 through 31 March 2016, with two one-year option periods. MICC, JBLM is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned in the description of services. Interested parties shall complete and submit the attached RFI Questionnaire to the Government. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. Description of services. The purpose of the ISO Container Maintenance requirement is to provide personnel, management, labor, materials, equipment, and other related items to maintain and restore ISO containers to the standards of MIL HDBK 138B, Guide to Container Inspection For Commercial and Military Intermodal Containers. Known Army-owned ISO container dimensions are: 20' L x 8' W x 8.5' H; Tricon container, 96 quote mark L X 78 quote mark W X 96 quote mark H; Quadcon Container 96 quote mark L X 60 quote mark W X 84 quote mark H; and 240 quote mark L X 96 quote mark W X 96 quote mark H. ISO containers of other dimensions will be considered within the scope of this contract. The required repairs do NOT include refrigeration or electrical components. Performance shall include: Inspecting, testing, adjusting, aligning, replacing, welding, grinding, riveting, straightening, machining, or resurfacing to restore serviceability of the item by correcting specific damage, fault, malfunction, or failure to a part, subassembly, item, or system. Performance will be at the contractor's facility for items requiring major repairs. Repairs shall meet the relevant standards established in the latest editions of the following: ISO Standards 668, 830, 1496/1 and 6346 IMDG Code container structural serviceability standards Repair Manual for Steel Freight Containers, as published by the Institute of International Containers Lessors, Ltd MIL-HDBK-138B, current edition Disclaimer. This RFI is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB), or as an obligation on the part of the Government to acquire any services. Responses to this RFI shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this RFI. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this RFI that is marked quote mark Proprietary quote mark will be handled accordingly. Responses to this RFI will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought. The Government reserves the right to determine how it should proceed as a result of this notice. Please submit your response no later than 16 May 2014 by 12:00:00 PM (PDT) via e-mail or facsimile to ianthe.m.stevens-ford.civ@mail.mil, fax number (253) 967-2772. We appreciate your participation and input. REQUEST FOR INFORMATION (RFI) 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. Number of year(s) the company has performed services relative to ISO Container Maintenance identified in the Draft PWS? Provide a general description of the types of services, and magnitude of work performed. 3. Are there other qualifications required to perform the types of services addressed in the Draft PWS? 4. What Department of Labor Wage Determination labor categories does your company use to perform these types of services, identify Service Contract Act (SCA), Davis-Bacon Act (DBA), and/or Collective Bargaining Agreement (CBA)? Occupation CodeTitle 5. What standards/cost estimation does your company use (e.g., RS means, NCEF Resources list, other). 6. How does your company price these types of services? Do not provide a dollar amount. The question refers to unit of measure (e.g., Each, Month, Linear Foot, Cubic foot, etc.). Identify what type(s) of contract (firm-fixed-price, cost-reimbursable, time & material) do you feel suits the requirement identified? 7. Firm-Fixed Price CLINs are structured to capture all labor and material related to the respective repair. Can your company provide Firm-Fixed-Price for the following repairs to return ISO Containers to standard? The firm- fixed price includes labor and material. The Government is NOT asking for pricing just if you can price the following: (check all that apply) [ ] Repair Hole up to 5 Sq Ft [ ] Repair Hole between 5 Sq Ft and 25 Sq Ft [ ] Hinge (repair or replace) [ ] Replace Door Gasket [ ] Straighten lock rod [ ] Straighten locking rod handle [ ] Replace locking rod retainer [ ] Replace lock rod [ ] Replace fork lift pocket [ ] Replace or Straighten Curbside Bottom Rails - per foot [ ] Straighten front or rear Sill [ ] Replace front or rear sill with gasket [ ] Replace Cross member 8. What are the major cost drivers in providing these types of services? 9. In your opinion, do you see any risk areas associated with this effort? If yes, how should they be mitigated? 10. Would your firm prefer to repair ISO containers at your facility or at Fort Lewis, WA? Please explain. 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. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. North American Industry Classification System (NAICS) code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, the largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $7.0 Million average annual receipts. [ ] 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 ________________________ 13. Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns ISO Container maintenance for Fort Lewis, Washington. Provide any additional feedback that you feel is relevant (i.e. comments on the Draft PWS, 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/e35f530e5444ce0f7802f4f474b248bb)
 
Place of Performance
Address: Joint Base Lewis-McChord (JBLM) JBLM JBLM WA
Zip Code: 98433-9500
 
Record
SN03355831-W 20140504/140502234549-e35f530e5444ce0f7802f4f474b248bb (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.