Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
DOCUMENT

J -- Sources Sought Notice - Preventive Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment - Attachment

Notice Date
4/3/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
Solicitation Number
N0024417Q0010
 
Response Due
4/19/2017
 
Archive Date
12/31/2017
 
Point of Contact
ISABELITO M. CABANA
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for non-personal services to provide Preventive Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment located at Naval Base San Diego (NBSD), Naval Anti-Mine Warfare Command (NAMWC) (ASW), Naval Base Point Loma (SUBASE), Naval Base Coronado (NAB), Naval Air Station North Island (NASNI) and Naval Air Facility (NAF) El Centro in support of Commander Navy Region Southwest (CNRSW). The primary North American Industry Classification System (NAICS) code for this procurement is 811310 with a size standard of $7.0M. The incumbent contractor is ECOLAB Inc. under contract number N00244-14-C-0016 to expire 30 September 2017. The contract term will be for a base period of one (1) year and four (4) one-year option periods commencing 1 October 2017. The anticipated award date is 28 August 2017. It is anticipated that the Request for Proposal (RFP) will be posted on 16 June 2017. The resulting contract is anticipated to be a combination of Firm Fixed Price (FFP) and Time and Material (T and M) contract types. This is a SOURCES SOUGHT notice. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Interested business firms who meet the capability requirements identified in this notice are requested to respond. Any information submitted by respondents to this technical description is strictly voluntary. Part of this market research is to determine if small businesses possess the capability to execute the requirements within this acquisition. Therefore, small business respondents need to indicate all small business designations. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. PROJECT INFORMATION: Preventive Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment DESCRIPTION: Sources Sought notice is to determine industry capability to provide non-personal services for PM and CM of Government Owned Galley Equipment located at Naval Base San Diego (NBSD), Naval Anti-Mine Warfare Command (NAMWC) (ASW), Naval Base Point Loma (SUBASE), Naval Base Coronado (NAB), Naval Air Station North Island (NASNI) and Naval Air Facility (NAF) El Centro. Services described as follows: The contractor shall provide qualified (i.e. manufacturer certified as needed) personnel, equipment, supplies, tools, materials, supervision, and other items and non-personal services necessary to perform Preventive Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment located at the six galleys identified above. The general objective of the contract is to maintain galley equipment within the manufacturers ™ and Government ™s specifications by having a scheduled preventive maintenance (PM), and the performance of corrective maintenance (CM). PM schedule shall also be used in identifying potential problems and rendering CM before the equipment becomes inoperable. CM will also be used for inoperable equipment deemed not beyond economical repair (BER) by the Contracting Officer Representative (COR). - Preventive Maintenance (PM). PM shall be performed as scheduled for each piece of equipment located in each galley in accordance with prescribed government manuals/instructions/ directives and individual equipment manufacturer manuals to keep them in good working order. - Corrective Maintenance (CM). CM is repair service required to restore equipment to its good working condition and operating within manufacturer and government predetermined tolerances and limitations. CM performance shall be performed on equipment when triggered by one of the following: (a) routine COR request, (b) emergency COR request, and (b) CM requirement identified during PM performance. All CM service requirements are subject to COR approval prior to performance. Parts needed for repair is subject to reimbursement in accordance with the terms and conditions stipulated in the resulting contract. List of equipment that will be under the resulting contract is attachments 1 - 6. The contractor shall be responsible for ensuring all employees possess and maintain current California Refrigeration License and Kitchen Equipment Maintenance and Repair Certification during the execution of the resulting contract. The Government shall not exercise any supervision or control over the contract service providers performing the services. Such contract service providers shall be accountable solely to the Contractor who, in turn shall be responsible to the Government. SUBMISSION REQUIREMENTS Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address, DUNS, and information regarding company ™s experience identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be font Times New Roman size 12 and should not exceed five (5) one-sided, 8 X 11 pages in Microsoft Word or PDF format to the contract specialist via email to: Isabelito.Cabana@navy.mil. Submissions must be received no later than 4:00 PM Pacific Standard Time 19 April 2017. Questions or comments regarding this notice shall be submitted to email Isabelito.Cabana@navy.mil. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417Q0010/listing.html)
 
Document(s)
Attachment
 
File Name: N0024417Q0010_PMCM_SS_attachments.pdf (https://www.neco.navy.mil/synopsis_file/N0024417Q0010_PMCM_SS_attachments.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0024417Q0010_PMCM_SS_attachments.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04457699-W 20170405/170403235111-9ad7d159b3b300befbb9f611054aecb1 (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.