Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2022 SAM #7629
SOURCES SOUGHT

Z -- 1. Electrical Preventative Maintenance (EPM) Phase 3 Services

Notice Date
10/18/2022 7:20:32 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-23-R-EPM3
 
Response Due
11/7/2022 4:00:00 PM
 
Point of Contact
Lindsey Field, William Lawson
 
E-Mail Address
lindsey.field@us.af.mil, william.lawson.12@us.af.mil
(lindsey.field@us.af.mil, william.lawson.12@us.af.mil)
 
Description
Synopsis: NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.� Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned.� The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. 1.� Purpose: The purpose of this Sources Sought is to conduct market research 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 238210 � Electrical Contractors and Other Wiring Installation Contractors with a corresponding size standard of $16.5M. 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 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 five years in order to determine if the requirement will go full and open or have a set-aside.� 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. 2.� Program Details: The potential requirement will consist of the Contractor providing all of the following qualifications/requirements for one of the below listed services: Electrical Preventative Maintenance (EPM) Phase 3 Services: Service Type: The purpose of the Electrical Preventative Maintenance (EPM), Phase 3, effort is to achieve National Fire Protection Association (NFPA) 70B and NFPA 70E compliance for 18 buildings located at Hill Air Force Base (AFB), UT.� Compliance shall be achieved by creating and adhering to a program management plan that manages the risks associated with obsolete equipment and unforeseen repairs and replacements in an environment that cannot sustain unplanned outages.� See the Hill AFB 5-year Priority Plan below: Table 1:� Hill AFB Priority Plan Locations of Work: Hill Air Force Base (AFB), Utah Scope: The overall efforts of EPM Phase 3 shall include a comprehensive Project Management Plan (PMP) to bring Hill AFB into compliance with NFPA 70, NFPA 70E, and NFPA 70B. The PMP shall demonstrate the Contractor�s plan to achieve compliance, while simultaneously managing and mitigating risk associated with electrical hazards, potential equipment failures due to operation and testing, and long lead-times for replacement parts due to obsolescence. The PMP shall include a Contract Work Breakdown Structure (CWBS) outlining the overall execution of the project. The Contractor shall commence work to bring priority buildings into NFPA compliance once the PMP is accepted and an award is issued by the Government. In addition to the PMP, the Contractor shall deliver key documentation as described in the Performance-based Work Statement (PWS) and provide training/familiarization to Government personnel to support on-going Government sustainment. In addition to the inspections, testing, maintenance, and documentation, the Contractor shall replace high priority equipment selected by the Government at each building on the Priority Plan. Technical Requirements: The technical section of the PWS describes requirements for the PMP and other key documentation including Obsolescense Survey, Risk Management Plan, Component/Sub-system Test and Inspection Reports, Electrical Drawings (EDs) and Single Line Diagrams (SLDs), EasyPower Study Reports, and Reliability Growth Management Baseline Report. Also included are the requirements for system labeling and training/familiarization of Government personnel.� Contractor Personnel: Contractor�s field engineers and technicians shall be NETA or NICET certified to perform inspection, testing, and maintenance on electrical distribution systems.� Therefore, they will meet the Occupational Safety and Health Administration (OSHA) requirements for qualified personnel.� Contractor�s engineers shall possess an engineering degree from an ABET accredited institution.� Professional Engineers shall be registered as professional engineers in the state of Utah.� Engineers performing calculations and engineering studies, shall have a minimum of three (3) years� experience performing said calculations and engineering studies.� The Contractor shall have at a minimum of ten (10) years� experience performing the types of services described in the PWS.� 3. Requests for Information (RFI) for Industry: Below are the current RFIs that the Government has for all interested parties: The Government is currently contemplating between a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) and a Single Award Indefinite Delivery Indefinite Quantity contract.� Do any interested parties have any reservations towards either contract type? If a Multiple Award, how many awardees does industry believe the Government should award to? The Government is currently contemplating a firm fixed price contract. Does industry suggest any alternative to this pricing structure that would likely result in better value to the Government? From the industry perspective, what risks are borne by the Government with a services contract of this type and how can the Government structure the contract and PWS to mitigate these risks? Would industry like the Government to hold an Industry Day? If so, please send your representative�s information NLT 07 Nov 2022.� The Industry Day would be held during the week of 28 Nov 2022. Specific time and date will be determined based on interest. The Government has tried to ensure that each year of the proposed 5 year �Priority Plan� only has 1 highly complex facility per year.� This is an attempt to help the execution of the requirement within the 5-year period of performance.� Does industry feel the volume of work is achievable within the planned period of performance of 5-years? NOTE: Please submit electronic response indicating capability to supply the aforementioned item(s) via line card or published description (no more than 10 pages) as well as POC (name, telephone # and email address) along with Contractor's CAGE, unique entity ID, and the physical location of your facility to the individuals listed within this notice. All work shall be performed at the above listed locations. This request may not directly lead to a Request for Quotation/Proposal. Deadline for submission is 5:00 p.m. MST, 07 Nov 2022. Required Information: Any interested party who can offer all of the above may submit electronic reply addressing each of the above items. Response deadline: 5:00 p.m. MST, 07 Nov 2022 Where to send responses: Electronically: Primary Point of Contact.: William Lawson william.lawson.12@us.af.mil Lindsey Field lindsey.field@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3104c89ac2c46e2974304d4102d8ef2/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06497176-F 20221020/221018230124 (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.