Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOURCES SOUGHT

J -- VTE & VTMS PM and Repair Services

Notice Date
11/16/2023 9:48:54 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003424R0022
 
Response Due
12/18/2023 7:30:00 AM
 
Archive Date
02/14/2024
 
Point of Contact
Stormy Anthony
 
E-Mail Address
Stormy.l.anthony.civ@mail.mil
(Stormy.l.anthony.civ@mail.mil)
 
Description
This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice will not be returned. Vendors will not be notified of the result of this review. This sources sought notice is for market research purposes only. The Government shall not reimburse the costs of preparing responses to this request for information. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.� All interested firms having the experience, skills and capabilities necessary to perform the required services as outlined in this notice and the attached draft PWS are requested to provide a capability statement addressing the specifications attached and provide responses to the above questions. Responses shall not exceed five (5) pages maximum. �Each page shall be 8 � x 11 inches, double-spaced, no smaller than 10-point font, with one (1) inch margin requirements. Font size and spacing for tables and charts are excluded. Font type and sizing must be legible. All responses should be submitted via e-mail to Ms. Stacy Alleyne at stacy.n.alleyne.ctr @mail.mil and Ms. Stormy Anthony at stormy.l.anthony.civ@mail.mil no later than 10:30 AM EST on December 18, 2023. �The email subject line should be titled �Vertical Transportation Equipment and Vertical Transportation Management System Preventive Maintenance and Repair Services.� Please no phone calls. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. WHS will not acknowledge receipt of responses to this Sources Sought. � No hard copy or facsimile submissions will be accepted. �Cover letters and extraneous materials (brochures, etc.) will not be considered. To assist the government in its assessment of capabilities, it is highly recommended that firms include as much of the following information in responses as possible: � ��� �Contract type (FFP, CPFF, etc.) ��� �Contract award amount ��� �Contract number ��� �Period of Performance (PoP); and, ��� �Government/Company Point of Contact name, phone, and e-mail address. A.�� �Capability Statement Questions: 1.�� �What experience does your firm have performing activities associated with the operation, maintenance, testing, repairs, cleaning, inspection and certification of elevators, escalators and wheel chairs lifts? �Please refer to PWS Section 5 and PDF Attachment J-1 for specific equipment used at the Pentagon and Raven Rock Mountain Complex (RRMC).� 2.�� �In addition, what experience does your firm have conducting maintenance of Vertical Transportation Management System (VTMS) field devices, servers, and workstations as specified in the draft Performance Work Statement? 3.�� �Describe how your firm retains and manages qualified key and non-key Personnel with minimum staff turnover, which is critical to the success of this requirement? � How does your firm manage turnover?� 4.�� �Describe your firm�s experience with repair and installation of Elevators, Wheelchair Lifts, and Escalators?� 5.�� �Describe your firm�s experience conducting Preventive Maintenance and Service Calls on Elevators, Wheelchair Lifts, and Escalators? 6.�� �Do you have the capability to manage multiple Reconditioning/Modernization Projects on ongoing annual work, consisting of multiple vertical transportation equipment improvement projects ranging from $5K to $3M each? B.�� �Administrative Information: In addition to demonstrating your experience by answering the capabilities questions above, interested sources should include the following in their capability statements: 1.�� �Company Name and Address.� 2.�� �Company Point of Contact, Phone number and email. 3.�� �SAM.gov Unique Entity Identifier and/or CAGE Code.� 4.�� �Business Size for NAICS Code 238290 and socioeconomic categories as defined in FAR Part 19 (example: Small Business, 8(a) Certified Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business and Economically Disadvantaged Women-owned Small Business).� C.�� �Supplemental Information: 1.�� �Subcontracting Information: Are you interested in performing as the prime or a subcontractor? � a.�� �Identify which, if any, task areas you will utilize small business teaming partners and/or subcontractors; and, include the estimated percentage for Small Business subcontracting opportunities for each task area. b.�� �Identify if any potential teaming partners/subcontractors are �Similarly Situated Entities.� (See FAR 19.001) 2.�� �Identify if your company has any pre-existing contract vehicles related to the scope of this requirement and provide the contract number for similar services. �Responses may be used to determine whether a Government-wide acquisition contract (GWAC) can be used. 3.�� �Recommended NAICS codes for this effort with justification. Responses may be used to develop and/or determine which NAICS. 4.�� �Please highlight any information missing from the PWS that would provide a better understanding of the effort desired. 5.�� �Please highlight any information that is potentially restrictive to small business as listed in the draft PWS. 6.�� �Please indicate how much time your firm would need to prepare a response to an RFQ. 7.�� �Would your firm need a transition period? If yes, how long? e.g.: 15 days / 30 days. � *** The Supplemental Information Section will not count toward the page limit.*** �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dfb15ece6b9d46e9a672ada3b112f740/view)
 
Place of Performance
Address: Washington, DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN06888204-F 20231118/231116230049 (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.