SOURCES SOUGHT
J -- Preventative Maintenance and Repair Services, HEPA Vacuums and Floor Scrubbers - Performance Work Statement
- Notice Date
- 8/31/2016
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-16-T-HEPA
- Archive Date
- 10/17/2016
- Point of Contact
- James S. Vaughan, Phone: 8017755252
- E-Mail Address
-
james.vaughan.6@us.af.mil
(james.vaughan.6@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement NOTICE: This is not a solicitation but rather a Sources Sought to determine capability of potential sources and is for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining whether this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 811310 (size standard $7.5M). The Government will use this information to determine the best acquisition strategy for this effort. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government request that all interested parties respond to this notice if applicable and identify their small or large business status to identified or proposed NAICS code. Additionally, provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The United States Air Force (AF) Ogden Air Logistics Complex (OO-ALC) is seeking sources to provide Preventative Maintenance and Repair services of HEPA Vacuums and Floor Scrubbers for the 309th Maintenance Wing, located at Hill AFB, Utah. These services include on-site Preventative Maintenance and Repair of HEPA Vacuums and Floor Scrubbers in accordance with the draft Performance Work Statement (PWS) attached. This Sources Sought is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals no will any awards be made as a result of this Sources Sought. The AF will NOT be responsible for any costs incurred by interested parties in responding to this request. This FedBizOps notice is an announcement seeking market information on businesses capable of providing the services as described herein and within the draft PWS attached. OL:H/PZIMA is currently conducting market research to determine qualified, experienced and interested potential sources. The information requested by this Sources Sought will be used within the AF to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought should consult 41 C.F.R. part 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of the AF, and its employees, agents, consultants, and representatives, must be clearly and conspicuously so marked. REQUEST FOR INFORMATION QUESTIONS AND CAPABILITY STATEMENT: The Government has developed a list of information to facilitate discussion and influence the final version of the RFP. Responses to the following will determine the feasibility of a total small business set-aside. The attached DRAFT PWS represents the Preventative Maintenance and Repair services of HEPA Vacuums and Floor Scrubbers program requirements. Based on the PWS, please provide a brief capability statement (no more than 20 pages) addressing your company's ability to complete work of this nature. To ensure all answers are considered in the development of this acquisition, submit responses no later than as specified in this announcement. Send all responses no later than Friday 30 September 2016 at 4:00 p.m. MST to James.Vaughan.6@us.af.mil with the subject heading ‘Preventative Maintenance and Repair Services of HEPA Vacuums and Floor Scrubbers Sources Sought and Capability Statement'. In addition to your responses to the questions, feel free to include any suggestions, recommendations, questions, or concerns regarding this effort. Business Information and Requirement Specific Questions Company information and any teaming or joint venture partners: • Company/Institute name: • Primary Point of Contact: • Address: • CAGE Code: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 811310 • Base on the above NAICS Code, the company size is: • List of most recent and relevant DoD or commercial contracts (not to exceed five) to include brief description, names, POCs, contact information, value & type of contract, and period of performance: Preventative Maintenance and Repair Services for HEPA Vacuums and Floor Scrubbers 1. Describe common industry practices regarding maintenance contracts for different equipment types. Is it common for multiple types of equipment to be included in one contract? 2. Describe industry practices where the inclusion of preventative maintenance and replacement of consumable parts are conducted simultaneously. Does the government's description of the requirement to replace high wear or consumable parts under a firm fixed price contract provide adequate information to address appropriate pricing arrangements? Would a cap for the replacement of consumable parts apply? 3. Describe typical industry pricing arrangements. The governments intention is to create tiers for the types of equipment to be included on this contract based on size and complexity of the unit. For example, tier I would include walk behind scrubbers where as tier II or III would include more complex riding scrubbers, etc. What considerations would be required if using a tiered pricing structure? 4. Describe any considerations required for preventative maintenance/repair in government facilities. What instances would require taking equipment off of government property for repair? 5. The government believes all preventative maintenance and repair of the equipment included in the attached Performance Work Statement is commercially available, however some of the contaminants are potentially hazardous and not commercially available. Describe how industry would view preventative maintenance and repair services and their commercial availability when the equipment may be used to clean/collect noncommercial substances. 6. Describe any clarifications or additional recommendations the government should consider to enhance or further define the requirements within the Performance Work Statement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-16-T-HEPA/listing.html)
- Place of Performance
- Address: TBD, Hill Air Force Base, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04249698-W 20160902/160901000216-d421346c4376dd25a46c0dfe8c3f9d9f (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 |