SOURCES SOUGHT
H -- INSPECT COOLING TOWERS - DRAFT PWS - PRS
- Notice Date
- 4/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-16-T-0170
- Archive Date
- 4/23/2016
- Point of Contact
- David L. Ariosto, Phone: 8459388205, Richard J Williams, Phone: 8459380821
- E-Mail Address
-
david.l.ariosto.civ@mail.mil, richard.j.williams156.civ@mail.mil
(david.l.ariosto.civ@mail.mil, richard.j.williams156.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PRS DRAFT PWS SOURCES SOUGHT SYNOPSIS W911SD-16-T-0170 THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the services of a contractor to provide all necessary labor, equipment, materials, and supervision required to perform the Inspection and Certification of and develop a Maintenance Program and Plan for Cooling Towers located at the United States Military Academy (USMA), West Point, NY 10996. The regulation that governs the performance of this work is Part 4 of Title 10 of the Official Compilation of Codes, Rules and Regulations of the State of New York (NYCRR). All work shall also comply with OSHA Technical Manual, Section III, Chapter 7, Legionnaires' Disease. Additional cooling towers may be added or subtracted during the life of the contract. This will be set aside on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541620 Environmental Consulting Service with a size standard of $15,000,000. a) Services include tasks listed in Section 5. Contractor shall update the schedule submitted during their bid/proposal (See Section 8 Submittals), and submit it to the COR within 5 days of Award. At the direction of the COR, inspections of each cooling tower shall be performed by the Contractor twice per calendar year (four times per calendar year for Building 753 since it operates all year round) at intervals not exceeding 90 days while the cooling towers are in use. The cooling towers operate from approximately mid-April until approximately mid-October, except for the cooling towers in Building 753 which operate all year round. Additionally, annual certifications of compliance with NYCRR Title 10 Part 4 shall be performed by the Contractor by September 30, 2016, and again by September 30 of each year thereafter for each option year. All inspection findings, including any deficiencies and corrective actions, as well as the certifications, shall be provided to the COR for review and acceptance within 5 days of scheduled completion. Additionally, a Maintenance Program and Plan document shall be prepared by the Contractor by no later than March 31, 2016. In addition to a lump sum bid price for the tasks described herein, Contractor shall submit unit prices for conducting individual additional inspections/reinsertions as well as additional certifications. There is not a current contract in place to perform this work and the draft PWS is attached for review. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data (for services). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please send all responses to David Ariosto david.l.ariosto.civ@mail.mil and be sure to include the Sources Sought Notice W911SD-16-T-0170 in your email subject line to prevent your reply from being deleted as SPAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/260fbe68c68bb9953354647cbece29dc)
- Place of Performance
- Address: USMA WEST POINT, WEST POINT, New York, 10996-1514, United States
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN04070067-W 20160403/160401234141-260fbe68c68bb9953354647cbece29dc (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 |