Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOURCES SOUGHT

J -- WAPA SNR HVAC Maintenance and Repair

Notice Date
4/2/2020 1:20:54 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
WESTERN-SIERRA NEVADA REGION FOLSOM CA 95630 USA
 
ZIP Code
95630
 
Solicitation Number
19WA132769
 
Response Due
4/13/2020 9:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Nickie Cruthirds
 
E-Mail Address
cruthirds@wapa.gov
(cruthirds@wapa.gov)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) TO IDENTIFY POTENTIAL SOURCES AND CONDUCT OTHER MARKET RESEARCH. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTES, OR BIDS. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION FOR THIS REQUIREMENT, AS ONE DOES NOT EXIST. The Western Area Power Administration (WAPA) Sierra Nevada Region (SNR) is seeking information regarding potential Offerors and service capabilities to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and non-personal services to complete semi-annual preventative maintenance service and repairs and/or replacement for heating, ventilation, and air conditioning (HVAC) systems across the region, which includes facilities across the state of California. Please see the attached DRAFT Performance Work Statement (PWS) and attachments for a more detailed description of the anticipated requirement. Changes may be made to the PWS prior to any subsequent solicitation.����������������������������������������������������������������������������������� The North American Industrial Classification System (NAICS) code for the proposed contract action is 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The Product and Service Code for the proposed contract action is J045. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $16.5 Million annual revenue. The anticipated contract action is anticipated to be issued as a firm-fixed price award. Other contract types may be considered based on potential Offeror feedback. This anticipated contract action is anticipated to be comprised of a base year period of performance and four (4) option years that may be exercised on an annual basis, at the discretion of the Government. �� Responses to this notice should include the following: Company Name Address Point of Contact Phone Number E-Mail Address DUNS Number CAGE Code Business Size Status, e.g. Small Business, Large Business, Service-Disabled Veteran-Owned Small Business, etc. Capability statement that addresses company qualifications, ability to perform the work described in the PWS, and examples where similar services were provided. Responses to this notice should answer the following: Please provide comments and suggestions for the PWS.�Specifically, if there is any requirement in the PWS or attachments that would deter your company from responding to a solicitation for this requirement? If there is any language in the PWS that exceeds commercial standards? The anticipated performance threshold for performance is 100% compliance. Is there any requirement for which this performance threshold is unattainable? Please identify the requirement, and recommend an acceptable performance level. Is award of a firm-fixed price contract for this requirement consistent with your practices? If not, is a different contract structure more appropriate? Please explain and recommend an appropriate contract line item structure. Confirm if your company is able to service ALL locations in Attachment 1?� If not, which locations does your company service? (Please note, PWS section 3.2.2 requires response time within four (4) hours of call-out; if you can service the areas but cannot meet the call-out response time, please note.) Attachment 2 contains maintenance checklists; do these checklists cover standard items that you check routinely? Do you have any recommendations to restructure the checklists to be performance-based? � ����������������������������������������� No reimbursement will be made for any costs associated with providing information to this synopsis or any follow-up information requests. This synopsis is to notify the industry of a potential requirement and to perform market research regarding potentially qualified sources, commercial capabilities, and business size classifications (small business, large business, service-disabled veteran, etc.) Any information received in response to this RFI may be used in any subsequent solicitation. Information marked with a statement (such as �proprietary� or �confidential�) intended to restrict distribution will not be distributed outside of the Government, except as required by law.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/52495e466ada4310952c9d7b95aa7dbe/view)
 
Record
SN05609176-F 20200404/200402230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.