SOURCES SOUGHT
J -- Power Conditioning and Continuation Interfacing Equipment Maintenance
- Notice Date
- 1/12/2022 9:09:30 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA8217 AFLCMC PZZK HILL AFB UT 84056-5838 USA
- ZIP Code
- 84056-5838
- Solicitation Number
- FA821722R001
- Response Due
- 1/26/2022 2:30:00 PM
- Point of Contact
- Betty Tobias, Phone: 801-777-6171, Veronica Doumit, Phone: 801-777-5845
- E-Mail Address
-
betty.tobias.1@us.af.mil, veronica.doumit@us.af.mil
(betty.tobias.1@us.af.mil, veronica.doumit@us.af.mil)
- Description
- NOTICE INFORMATION Agency /Office: Air Force Materiel Command Location: AFLCMC/HBZBD-Hill AFB, UT� Title: Power Conditioning and Continuation Interfacing Equipment (PCCIE) Maintenance Description(s): NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. �This notice DOES NOT commit the U.S. government to provide compensation for information requested nor does it commit the U.S. government to issue a solicitation and/or award a contract. �This notice does not provide any direction nor does it change any contractual obligations to sources currently under contract with the U.S. government. All responses will not be distributed to other interested parties. � Program Details: The PCCIE office supports maintenance activities on U.S. Air Force Uninterruptible Power Supply (UPS) Systems worldwide. �This support includes, but is not limited to emergency and preventative maintenance on rotary and static UPS systems, paralleling gear, switchgear, flywheels, batteries, remote monitoring equipment, battery monitoring equipment, Electromagnetic Interference (EMI) filters, Power Distribution Unit(s) (PDU) and other ancillary equipment. �The UPS systems may be single or three phase, in single or multi-module UPS systems configurations and are manufactured by various manufacturers. The government�s UPS systems support and protect sensitive electronic mission critical equipment. The contractor must abide by and comply with all current applicable international, state and local codes, regulations, standards, procedures, policies, publications, safety regulations/standards and manuals.� Introduction: The purpose of this Sources Sought is to conduct market research and to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. �The proposed North American Industry Classification Systems (NAICS) Code is 811310, which has a corresponding size standard of $8 million. �The government will use this information to determine the best acquisition strategy for this procurement. �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 requests that all interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code. �Additionally, please 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. An Industry Day is tentatively scheduled to be held on 22 March, 2022 at Hill AFB in conjunction with this Sources Sought. More information will be forthcoming. This Sources Sought is part of the acquisition market research analysis and will be used to determine the basis for any competitive aspects of the acquisition.� Instructions to Interested Sources:� This Sources Sought synopsis is an invitation for all qualified sources to identify themselves to the U.S. government as a potential offeror. �All interested sources should submit a response to the U.S. government contracting primary point of contact listed below. �Please include a statement of interest and a response to the following RFI questions. Please limit the statement of interest to seven to ten pages with a font size of 12. �Any information provided to the U.S. government in response to this synopsis is for planning purposes only and will not be used as a selection consideration factor in this or any other U.S. government contract competition. �Should the U.S. government elect to pursue the subject requirement, an official Request for Proposal (RFP) will be released at a later date, and will be announced via a pre-solicitation notice posted at least seven (7) days prior to RFP release. �Please direct all questions related to this synopsis to the U.S. government primary point of contact at betty.tobias.1@us.af.mil. All potential sources must describe their approach, experience, and capability regarding the following items in an unclassified response: 1.�� �Company Information:� Name: Cage Code:� POC: Telephone #:� Fax #:� POC Email: Company Web Site:� 2.�� �How are you capable of meeting the following UPS and ancillary equipment requirements? � We require OEM technicians to service UPS and ancillary equipment to include both emergency and preventative maintenance. �This shall include firmware and software updates. �To date, PCCIE manages approximately 1,200 UPS Systems. This includes 1,029 CONUS (including AK and HI), and 137 OCONUS UPS�s worldwide distributed to the following manufacturers.� Eaton �78% �Vertiv 11% Schneider 5% The following manufacturers comprise the remaining 6%. �Those include but are not limited to: GE �APC Tripp Lite Benning MGE Best� Pacific Power ABB 3.�� �If awarded, please explain how your company will address the influx of work for the administrative and service aspects of the following requirement: We require OEM technicians to service UPS and ancillary equipment to include both emergency and preventative maintenance. �This shall include firmware and software updates.� 4.�� �Emergency Response and Repair Times: �Please identify any concerns or limits within your service based on our target.� �Industrial CONUS: �Response time 4 hours; repair time NLT 3 days. �Non Industrial CONUS: �Response time 8 hours; repair time NLT 5 days. Pacific Rim Theater OCONUS (Commercial Carrier Travel): �Response time 4 days: �Repair time �8 days.� Europe Theater OCONUS �(Commercial Carrier Travel): �Response time 2 days: �Repair time �6 days.� AMC Flight Only locations: �Response Time: �Best Effort. 5.�� �To provide worldwide support third party vendor coverage is required. Who would you be utilizing to meet this need?� 6.�� �Are you able to support the following locations, without quarantine requirements, utilizing a local technican? These are to include but not limited to the following locations:� �Germany �Japan �South Korea �UK �Alaska �Italy 7.�� �If you are unable to have third party options for the above list, what is your estimate reponse time, and how does that change if a U.S. citizen is required?� 8.�� �Do you have any concerns being able to supply personnel that require base access to provide proof of vaccination in the event that it becomes a Federal vaccination mandate? � 9.�� �What is a reasonable time frame to receive a Rough Order Magnitude (ROM)/proposal once a need has been identified during an EM/PM? In order to be determined capable, interested offerors must demonstrate the ability to provide all maintenance services identified to include CONUS, OCONUS, and remote locations. �Please submit all supporting documentation to specifically address the ability to provide the required services to the Government Point of Contact at betty.tobias.1@us.af.mil by no later than 3:30 PM �MST 26 January 2022. Point of Contact: � � � � � � � � � � � � � � � � � � � � Alternate Point of Contact:� Ms. Betty Tobias� � � � � � � � � � � � � � � � � � � � �Veronica Doumit Phone: �801-777-6171� � � � � � � � � � � � � � � �Phone: �801-777-5848 betty.tobias.1@us.af.mil� � � � � � � � � � � � � � veronica.doumit@us.af.mil Contacting Office Address: �� � � � � � � � � � �� AFLCMC/PZZKA 6039 Wardleigh Rd., Bldg 1206 Hill AFB, Utah 84056
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b33079ad225b4a49a3f2cc367091e0ab/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06216263-F 20220114/220112230107 (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 |