SOURCES SOUGHT
J -- Proof Test (Load Test) Service and repair
- Notice Date
- 5/11/2021 9:36:07 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
- ZIP Code
- 01022-1508
- Solicitation Number
- F5N20210511
- Response Due
- 5/26/2021 11:00:00 AM
- Archive Date
- 06/10/2021
- Point of Contact
- Robert Stacy, Phone: 4135572134, Kimberly S. McGee, Phone: 4135573835
- E-Mail Address
-
robert.stacy.2@us.af.mil, kimberly.mcgee.2@us.af.mil
(robert.stacy.2@us.af.mil, kimberly.mcgee.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THERE IS NO SOLICITATION AT THIS TIME.� FUNDS ARE NOT PRESENTLY AVAILABLE. �THIS SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement.� This is a request for information ONLY and any information provided is voluntary.� Telephone inquiries will not be accepted.�� All interested parties must respond to the solicitation announcement separately from the response to this notice and are responsible for monitoring Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates. The 439th Contracting Flight located at Westover Air Reserve Base (WARB), Chicopee, Massachusetts is seeking capabilities packages of a potential Service Provider (SP) to perform proof tests (load tests) and repair/maintenance services. The SP shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services to perform required load tests on equipment provided to the SP by 439th Maintenance Group (MXG). The SP shall provide a scheduled inspection and maintenance schedule within 30 days of contract award, to perform all the required load test inspections for the equipment provided by 439 MXG.� Upon request, the SP shall provide state certifications for any technicians performing services within ten business days of receiving the written request from the POC at 439 MXG. In addition, the SP shall respond to work requests submitted by the POC. All work shall be in accordance with Federal, State and base safety regulations and the manufacturers� recommendations. The SP shall complete the required load tests on the equipment provided.� Twice per calendar year, the equipment will be delivered to the SP if within a 15 mile radius of WARB. The Westover POC will coordinated with the SP.� If greater than a 15 mile radius from WARB the SP will coordinate pickup of the equipment with the POC.� The purpose of the biannual inspections are to eliminate all the equipment being deployed for inspection at once.� All required work shall be coordinated through the POC.� Once inspections and other maintenance required are complete, the SP shall coordinate with the POC on picking up or delivering the equipment within two weeks of completion of service/repair. Specialized equipment owned and utilized by 439 MXG requires annual load tests in accordance with applicable technical data in T.O. 35D6-2-42-1, T.O. 35D3-3-84-1, and T.O. 35D4-4-110-1. This technical data will be provided to the SP to detail the specifics on accomplishing the load test for each individual piece of equipment.� The SP shall supply all tools, equipment, supplies necessary to test the below listed items. Required Annual Load Test Items Include: CLIN�0001: �� Bootstrap Beam Assembly (Saddle), Quantity:� 3, ID Number:� AGSE-B015 CLIN 0002:� � Bootstrap Beam Hoists (Lever System),�Quantity:� 5 Kits; 4 Hoists/Kit � (20 Hoists TOTAL), ID Number:� AGSE-B015 CLIN 0003:� � APU Lifting Hoist,� Quantity:� 4,� ID Number:� AGE70078 CLIN 0004:� � Reactive service and parts (pre-determined amount) Reactive service calls are service calls initiated by the POC; unless otherwise requested by the POC, the SP shall incorporate reactive service calls within scheduled maintenance activities. In the event a repair is needed between preventative maintenance visits, the POC will notify the SP and the SP shall provide an estimate for the repair prior to incurring any costs. Upon written approval of the reactive service estimate by the POC, SP shall provide a repair technician on-site within two weeks of estimate approval. If reactive service is required while the technician is on site, every attempt shall be made to diagnose and fix the problem, provided the service does not impede the technician�s ability to finish the scheduled PM for the week. If it is determined by the technician and the POC that the technician will not be able to perform the repair during the scheduled PM visit, best efforts shall be made to schedule and complete the follow-up repair with the least mission impact possible. The Statement of Work will be provided when the solicitation is posted. SPECIAL REQUIREMENTS: Our intent is to award this project as a 100% Small Business Set Aside.� This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in this requirement.� Based upon the responses to this announcement, the Government may set aside this acquisition as a specific small business set aside.� Contract type will be Firm-Fixed Price.� The anticipated performance base period is July 1st, 2021 to September 30th, 2021 with 4 one year options: Year 1: 01 Oct 2021 � 30 Sep 2022 Year 2: 01 Oct 2022 � 30 Sep 2023 Year 3: 01 Oct 2023 � 30 Sep 2024 Year 4: 01 Oct 2024 � 30 Sep 2025 The NAICS Code assigned to this acquisition is 811310 �Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance� with a small business size standard of $8.0 Million. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. All interested contractors are highly encouraged to submit a written response.� Please e-mail your response advising if the requirements stated above can be met to the following addresses: Robert.Stacy.2@us.af.mil and Kimberly.McGee.2@us.af.mil by 2:00PM EST on 26 May� 2021. THE FOLLOWING INFORMATION SHOULD BE INLCUDED IN RESPONSE: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone, 8(a), SDVOSB, WOSB etc.), and a point of contact; (b) Evidence of your experience performing work similar in type and scope of work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and point of contacts with telephone numbers. NOTE:� Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All prospective contractors must be registered in the System for Award Management (SAM) system-- https://www.sam.gov/SAM/--at the time of proposal submission in order to be eligible for an award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/edfaf3a3508d437697a785279568a29a/view)
- Place of Performance
- Address: Chicopee, MA 01022, USA
- Zip Code: 01022
- Country: USA
- Zip Code: 01022
- Record
- SN05998774-F 20210513/210511230101 (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 |