MODIFICATION
J -- Ft Liberty Airfield Lighting Monitoring CTRL SYS M&R Services
- Notice Date
- 5/15/2024 8:46:39 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W6QM MICC FDO FT LIBERTY FORT LIBERTY NC 28310-0000 USA
- ZIP Code
- 28310-0000
- Solicitation Number
- W91247-24-R-0007
- Response Due
- 5/17/2024 9:00:00 AM
- Archive Date
- 06/01/2024
- Point of Contact
- John Green, Phone: 9109075109, Quentin Williams, Phone: 9104325558
- E-Mail Address
-
john.c.green2.civ@army.mil, quentin.williams.civ@army.mil
(john.c.green2.civ@army.mil, quentin.williams.civ@army.mil)
- Description
- This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to procure Airfield Lighting Monitoring Control System repairs and maintenance services on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm-Fixed Price (FFP) contract to Global Access Supply, Inc for Airfield Lighting Monitoring Control System repairs and maintenance service. The statutory authority for the sole source procurement is 10 U.S.C. � 2304(c)(1) as implemented by Federal Acquisition Regulations (FAR) Part 6.302-1 � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the draft Performance Work Statement (PWS), and Performance Requirements Summary (PRS). Period of Performance: 01 June 2024 � 31 May 2029 (Base plus four Option Years) Place of Performance: Simmons and Mackall Army Airfields, Ft Liberty, NC This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The North American Industry Classification System (NAICS) code is classified under 238210 - �Electrical Contractors and Other Wiring Installation Contractors� with a size standard of $19M and is defined as: �This industry comprises establishments primarily engaged in installing and servicing electrical wiring and equipment. Contractors included in this industry may include both the parts and labor when performing work. These contractors may perform new work, additions, alterations, maintenance, and repairs�. In response to this sources sought notice, please provide the following: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Provide information in sufficient detail regarding previous experience providing Maintenance on the Airfield Lighting Monitoring Control System, manufactured by Eaton Crouse-Hinds. (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Supply information to help determine if the maintenance, repair and service of Airfield Lighting Control and Monitoring System, manufactured by Eaton Crouse-Hinds, for DPW Fort Liberty, NC is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Provide information to help determine that Global Access Supply isn�t the only vendor that can provide services for maintenance and repair of Airfield Lighting Monitoring Control System manufactured by Eaton Crouse-Hinds. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Identify any condition(s), action(s) that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scottt.d.kukes.civ@army.mil or at (210) 466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 9. Explanation on how your company can provide adequate Airfield Lighting Monitoring Control System repairs and maintenance services of Airfield Lighting Monitoring Control System on the for Eaton Crouse-Hinds system currently installed on the Airfields.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bbf667419e564433ae38a6d3a5cfb25d/view)
- Place of Performance
- Address: 0, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN07064639-F 20240517/240515230044 (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 |