Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2024 SAM #8417
SOURCES SOUGHT

Z -- Preventative Maintenance and Repair of World War II Era and Relocatable Facilities, Joint Base Lewis-McChord, WA

Notice Date
12/11/2024 11:01:24 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW-25-Q-11TZ
 
Response Due
1/8/2025 2:00:00 PM
 
Archive Date
01/23/2025
 
Point of Contact
Dwain Graham, Phone: 360-927-5847, Renee Krahenbuhl
 
E-Mail Address
dwain.m.graham@usace.army.mil, renee.m.krahenbuhl@usace.army.mil
(dwain.m.graham@usace.army.mil, renee.m.krahenbuhl@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The United States Army Corps of Engineers (USACE), Seattle District, is seeking information regarding the capability and availability of qualified contractors to provide repair operations and preventative maintenance of World War II era wood and relocatable facilities. This sources-sought notice is a tool to identify businesses with the capability to accomplish contract requirements and is for information/market research purposes only and does not obligate the Government or Contractor in any way. The type of solicitation to be issued will depend upon information received in response to this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this notice, or any follow up information. Responses to this notice will be used by the Government to make appropriate acquisition decisions. The information provided must contain enough detail to demonstrate ability from contractor's which can meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award a Firm Fixed Price (FFP) contract that will be procured in accordance with FAR, DFARS, AFARS, and USACE Acquisition Instructions. The anticipated performance period for the subject contract is a base year of twelve (12) months from date of award and 4 option years. The solicitation is anticipated to be a Request for Quote (RFQ) that will be evaluated based on lowest price with acceptable past performance. PROJECT INFORMATION: Repair and Maintenance of approximately 128 WWII era and relocatable government owned facilities. The majority of work performed under this contract will be minor repair services on a call basis and yearly maintenance services. The contractor will establish a customer service center to receive and respond to customer requests for repairs and will also establish an effective system for scheduling and performing scheduled preventative maintenance on all building equipment and systems requiring preventative maintenance. Repairs cover a wide variety of services and trades, such as mechanical and electrical work, carpentry, roofing, plumbing, patching/painting, etc. Preventative maintenance will be performed throughout the year for small types of equipment located in the facilities. All work will be performed at JBLM, WA. The contractor shall provide all necessary personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision necessary to perform the required services, except as otherwise provided. SUBMISSION REQUIREMENT: Interested parties are to provide their firm's capabilities on no more than 10 pages and should include the following: 1) Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses 2) Small Business Designation as recognized by the Small Business Administration (8(a) Certified, HUBZone, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Women Owned Small Business, or Economically Disadvantaged Women Owned Small Business) 3) Provide the following information on your three (3) most recent contracts for projects of similar size and scope you have performed: (a) Contracting agency address (b) Contract Number, date and amount of award, date of completion (c) Was your company the prime or a subcontractor? (d) Description of items/services provided under the contract. 3) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime, provide the above information on your three (3) most recent contracts for projects of similar size and scope you have performed for commercial and non-Federal government customers. PLEASE SUBMIT TO: Responses to this Sources Sought Notice must be received no later than 2:00 pm (Pacific Time) on 08 January 2025. Submit responses only to the attention of Dwain Graham, Contract Specialist, at dwain.m.graham@usace.army.mil and Renee Krahenbuhl, Contracting Officer, at renee.m.krahenbuhl@usace.army.mil. All interested firms must be registered in System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of Government contracts. *Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f7a7eebe5954e9d93b5dab288dfe1a5/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN07289238-F 20241213/241211230114 (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.