Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2018 FBO #6196
SOURCES SOUGHT

J -- Active Vehicle Barrier Program - Attachment 1 - Draft Performance Work Statement

Notice Date
11/8/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
United States Marshals Service, CG3, JSD, OSC, 12th Floor, Washington, District of Columbia, 20530-1000, United States
 
ZIP Code
20530-1000
 
Solicitation Number
15M20019NA32AVB02
 
Archive Date
12/6/2018
 
Point of Contact
Lerna Chaglassian, , Tiffany Wright,
 
E-Mail Address
lerna.chaglassian@usdoj.gov, tiffany.wright4@usdoj.gov
(lerna.chaglassian@usdoj.gov, tiffany.wright4@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - DRAFT AVB Performance Work Statement This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Purpose: The purpose of this Request for Information (RFI) is to obtain industry comments on best practices for the maintenance and repair of various USMS active vehicle barriers, to determine interest in participation, and to determine the availability of potential businesses that can provide services for the United States Marshals Service (USMS). The information from this market research will help the USMS with their acquisition strategy. Firms are strongly encouraged to provide comments, questions, and suggestions relative to the project scope, methodologies and technologies, and approach. Any input that businesses or interested parties would like to provide will be reviewed and considered. Scope and Background: The United States Marshals Service (USMS) is responsible for providing a nationwide vehicle barrier contract for the security and protection of federal court facilities. The USMS is seeking a Contractor with a nationwide footprint that shall provide all personnel, labor, equipment, supplies, tools, materials, supervision, and other items and services necessary to provide a one-time initial inspection and evaluation, a regular periodic inspection and maintenance program (PM-Preventive Maintenance), and repair services for USMS vehicle barriers located throughout the United States and U.S. Territories. Crash rated and non-crash rated barriers consist of Delta Scientific Barrier Systems, Nasatka Barrier Systems, BB Armor Barriers Systems, and other miscellaneous barrier systems. Work shall comply with commercial standards for maintenance and repair of these units, as well as all commercial, federal, state, and local requirements that apply. Barriers consist of actuators, control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic related equipment, corresponding traffic lights, associated automated systems and control cabinets and any other related standard. The current state of the USMS' National Active Vehicle Barrier Program is as follows: - The Contractor establishes a baseline for every barrier the USMS has ( approx. 240) through an Initial Inspection and Evaluation (IIE) - The Contractor establishes a Preventative Maintenance Schedule for all barriers based on crash rating. - At the task order level, the Contractor provides an evaluation and quote for all work. - The Contractor coordinates all aspects of the repair and maintenance with the Government Contracting Officer's Representative (COR), along with a local USMS point of contact. Instructions: After reviewing the Performance Work Statement, Background and Questions contained herein, interested parties shall submit a capability statement in Microsoft Word or PDF Format in response to this RFI by e-mail no later than 12:00 pm, ET, Wednesday, November 21, 2018 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] AVB Program RFI Response". All information provided to the Government must be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Capability Statements shall not exceed fifteen (20) double-sided 8 ½ x 11 pages, with one inch margins, and not exceed 12pt Times New Roman font. The Capability Statement should demonstrate the respondent's competencies to effect acceptable performance in execution of the current state of the USMS' AVB Program, as well as efficiencies offered by the respondent from which the USMS could benefit from if implemented. In addition to addressing each of the questions contained herein, respondents should include as part of their submission: 1. COMPANY INFORMATION: Company name, address, phone number, a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business under NAICS code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. If applicable, provide a list of all relevant Government-Wide Acquisition Contracts and Federal Supply Schedule contracts your firm previously held and/or currently holds. Please include the contract number and expiration date for each. 2. PAST PERFORMANCE SUMMARY: Respondents may submit a summary of recent and relevant past performance supporting their stated capabilities to successfully perform an effort of this size and scope. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, Scope of equipment and services provided during the period of performance, and a Point of Contact at the Contracting Activity who can verify the information provided. 3. INTERESTED PARTY QUESTIONS AND COMMENTS: Interested parties may submit questions regarding this RFI by e-mail no later than 12:00 pm, ET, Thursday, November 15, 2018 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] FY18 AVB Program RFI Questions". Questions: Program Execution: 1. How can you assist in providing life-cycle replacement planning (cost estimating of maintaining vs. replacement, implementation, tracking)? 2. How do you manage parts inventory? 3. Do you use any software to manage your tasks and inventory? Is the software off-the-shelf? 4. Describe various methods of performance delivery (e.g., onsite, remote, etc.) and the advantages/disadvantages of each...based on your experience 5. How do you manage repairs? 6. What are your average repair lead times? 7. What are typical response times for standard service? What are typical response times for emergencies? Do you currently provide emergency repairs in less than 24 hours? 8. How do you or the industry handle equipment which is out of production or no longer supported by the manufacturer? 9. What is your experience with removing and replacing barriers? How do you handle light construction, including electronic upgrades? 10. How do you manage invoices? 11. What equipment are you certified to work on? 12. How do you guarantee that the work performed on barriers is completed by personnel who are certified to work on specific equipment? 13. How do you manage your subcontractor relationships? How do you determine your subs are certified? 14. What type of training solutions would you offer to address manual operation of the barriers, mobile equipment, etc.? Program Design: 15. How do you envision managing a nationwide active vehicle barrier program? Participants are encouraged to provide any additional information related to the implementation of a nationwide or regional barrier repair program. Attachments: Attachment 1 - DRAFT AVB Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/15M20019NA32AVB02/listing.html)
 
Record
SN05147448-W 20181110/181108230801-9b88610f7090702f850c44b92e1687f6 (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.