Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOURCES SOUGHT

J -- J--Elevator Maintenance

Notice Date
1/21/2025 12:56:35 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PWR LAME(81000) BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140P8125Q0010
 
Response Due
1/31/2025 5:00:00 PM
 
Archive Date
02/15/2025
 
Point of Contact
Bennett, Michelle, Phone: 7022938909
 
E-Mail Address
Michelle_Bennett@nps.gov
(Michelle_Bennett@nps.gov)
 
Description
The National Park Service is considering a service contract for elevator maintenance at Mojave National Preserve near Baker, California in San Bernardino County. The contractor will provide all labor, materials and equipment required to property test, inspect, and provide routine maintenance service for the elevator four (4) times a year (approximately every 3 months). The hydraulic elevator is a Kone Inc. Model ""HH Series"" hydraulic elevator installed in 2003. This vertical elevator serves 3 floors. The contractor must be certified to work on Kone Inc. elevators and may be asked to provide evidence of the certification. The contractor shall arrange for an annual California State safety inspection through a State of California Certified Competent Conveyance Inspector, or a Safety Engineer employed by the State of California. During performance, contractor will provide all lubricants, greases, and wiping clothes to lubricate the equipment and parts according to the manufacturer's recommended routine maintenance requirements. Unexpected Service Calls: The Contractor shall respond to all calls from the Contracting Officer to provide repairs due to unexpected elevator malfunctions or break downs. The Contractor shall provide a cost estimate for repairs to the Contracting Officer. No repairs shall be made until the Contracting Officer authorizes the repair work to proceed which can be a verbal approval. Sources sought responses shall indicate experience directly related to providing elevator maintenance on Kone elevators. The project will be implemented using the North American Industry Classification System (NAICS) Code 238290-- Other Building Equipment Contractors. The small business size standard is $22.0 million. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The National Park Service is conducting this Sources Sought as preliminary market research to identify small business contractors who possess the capabilities and certifications to provide services as specified above and to determine their availability, capability and adequacy. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible solicitation, to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a solicitation for proposals, or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal solicitation process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this Sources Sought notice. Submission Instructions: Responses via email are due by the date and time listed in the SAM posting for this notice and must be emailed to Michelle_Bennett@nps.gov. Email must include the Notice ID number in the subject line and response must include the information requested below. Responses greater than 5 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to this Sources Sought notice. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm's qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business 7. Evidence of certification to perform maintenance/service on Kone Inc. elevators. 8. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this Sources Sought notice and other relevant information such as any teaming or joint venture partners. In addition, firms may include proof of satisfactory past performance on the referenced projects. 9. Companies that are self-certified as small business will need to provide information on ability to perform and comply to FAR 52.219-14- Limitations on Subcontracting. For service contracts, the clause states, ��.it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded�� The definition of similarly situated entity is as follows, �(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract�.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b8fad4cfebd04f7ca507d7a59bf9e609/view)
 
Record
SN07318802-F 20250123/250121230109 (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.