SOURCES SOUGHT
J -- Elevator Services Worldwide
- Notice Date
- 3/1/2016
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA16ELEVATOR
- Archive Date
- 4/13/2016
- Point of Contact
- Chrissie Fields, , Donna K. Neal,
- E-Mail Address
-
fieldssc@state.gov, nealdk@state.gov
(fieldssc@state.gov, nealdk@state.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting firms that are capable of providing elevator services worldwide to support the requirements of THE U.S. DEPARTMENT OF STATE (DOS), OVERSEAS BUILDINGS OPERATIONS (OBO). This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. This Request for Information is issued for the following purpose: The U.S. Department of State, Office of Logistics Management on behalf of the Overseas Buildings Operations, is seeking small business firms that are capable of providing elevator services worldwide. The scope of work (SOW) for task orders will consist of elevator services for maintenance, repair, modernization, new construction, and routine safety inspection and testing for an annual average of 800 units located in 180 countries worldwide. Units consist of elevators, escalators, dumbwaiters, material lifts, platform lifts, and chair lifts. Original Equipment Manufacturers of the existing equipment inventory include, but are not limited to Otis, Schindler, Kone, ThyssenKrupp, Mitsubishi, and Fujitec. All elevator services shall be performed in accordance with OBO approved local national elevator codes and standards including, but not limited to: 1.CEN European Standard EN 81, Safety Code for Elevators and Escalators 2.ASME A17.1, Safety Code for Elevators and Escalators 3.CSA B44, Safety Code for Elevators 4.Building Standard Law of Japan, Safety Code for Elevators and Escalators 5.AS 1735, Safety Code for Lifts, Escalators and Moving Walks 6.GB 7588, Safety Code for Elevators 7.GOST R, Safety Code for Elevators and Escalators On an as needed basis, a very limited number of task orders will require a Top Secret cleared elevator mechanic(s) to provide services. The contractor shall also provide key personnel to manage logistics, sub-contractors (as needed), contract management, and communication. For performance of this contract, it is expected that the following will be required: 1.Personnel- principal; project manager; vertical transportation engineer; CADD technician and or draftspersons; Elevator Adjustor; Qualified Elevator Mechanic; Elevator Apprentice; Qualified Elevator Inspector (QEI); logistics coordinator, Facility Security Officer and clerical assistant. a.Other qualified cleared sub-contractors may be required on an as-needed basis to upgrade building systems related to elevator operations. 2.Services a.In addition to the disciplines above the contractor shall provide onsite services as assigned for design, engineering, project management, and training. b.Contractors shall be responsible for providing twenty-four (24) hour emergency response within sixty (60) minutes following request for service, i.e. entrapments. It is requested that firms provide two (2) Hard Copies (1 - original and 1 - copy) and one (1) soft copy on a CD with the exact information submitted in hard copy with the following information: We are seeking Companies ONLY in the following Socio-Economic Categories: (Small Business (SB), Women Owned Small Business (WOSB), HubZone (HUBZ), 8(a), Service Disabled Veteran Owned). 1) Please provide information confirming what category your firm is registered under. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List; 2) Past performance experience of three (3) similar contracts of size, scope, and complexity completed or started within the last five (5) years; 3) Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the uncleared selected offeror. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. This Sources Sought incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by 15.209(c) Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, no later than 2:00 p.m., EST, on March 15, 2016. The e-mail address to submit clarification questions is Fieldssc@state.gov. Informational material must be received by 2:00 p.m., EST, on March 29, 2016. Your material may be submitted via e-mail at Fieldssc@state.gov, via U.S. Postal Service to Ms. Chrissie Fields, US Department of State, A/LM/AQM/FDCD/AEB, 1735 N. Lynn Street, Arlington, VA 22209 or via courier to: Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1735 Lynn Street, Arlington, VA 22209. **Please Note: The Request for Information (RFI) notice was issued solely for Information and Planning purposes and did not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for services in the future. Also, a decision not to submit a response to the RFI will not preclude a vendor from participating in any future solicitation. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16ELEVATOR/listing.html)
- Place of Performance
- Address: WORLDWIDE, United States
- Record
- SN04035636-W 20160303/160301234833-cdf6082dafaaaf994866bf2f8abfed56 (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 |