SOURCES SOUGHT
J -- Maintenance and Repairs of Various Crane and Hoists
- Notice Date
- 1/17/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-13-T-0106
- Response Due
- 1/30/2013
- Archive Date
- 3/18/2013
- Point of Contact
- LaTasha A. Isaac, 928-328-6162
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(latasha.a.isaac.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought The Mission and Installation Contracting Command (MICC) Yuma Proving Ground has a requirement for the inspection, test, and maintenance of the overhead cranes and hoists on the U.S. Army Yuma Proving Ground (USAYPG), Arizona. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the MICC - YPG. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the works described herein, as well as solicit industry feedback relative to various aspects of the proposed contract effort. A draft Performance Work Statement (PWS) is provided for reference and industry comment and is subject to significant change. The draft PWS can be found on the following website: http://www.yuma.army.mil/site_contracting.asp Information Sought: (1) Period of Performance (PoP): Please address impact/concerns/benefits to both government and contractor for both a three-year contract (base plus two one-year options) and a five-year contract (base plus four one year options). Identify which PoP is preferable to industry from a competitive standpoint to include rationale. Will the potential length of performance (either three-year or five-year) effect your company's determination whether or not to propose on this effort? (2) Contract Type: Firm-fixed price business arrangements are preferable to the Government. The Government anticipates a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract type for the USAYPG. Based on the draft PWS provided with this RFI is their sufficient workload data to successfully firm-fix price this requirement in its entirety? If not, please identify those areas in which there is sufficient workload data to firm-fix price. For those areas in which there is not sufficient data, please identify what, if any, additional data may be provided to firm-fix price those areas. (3) Identify all socio-economic categories (e.g. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, small business 8(a) program) that apply to your company under North American Industry Classification System (NAICS) code 811310 quote mark Commercial and Industrial Machinery and Equipment Repair and Maintenance quote mark with a size standard of $7.0M. (4) Other than 811310, if your company recommends a different NAICS code as more appropriate for the services described herein, please identify that code and include the rationale for your recommendation. (5) Does your company regularly engage in the business of providing inspections, test, and maintenance service for overhead cranes and hoists? If so, identify similar functions your company is performing or has performed within the last three years that are similar to the draft PWS. Identify contract type and dollar value. (6) Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is being accomplished. (Examples or indicators of successful performance as measured by the percentage (%) of award fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or all Option Periods exercised. (7) Contractor performance will be required at a remote location. Discuss if your company has performed a contract under same or similar conditions? Discuss what challenges your organization has experienced while performing a contract under these conditions. (8) What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. (9) Is the maintenance and repair identified within the draft PWS customarily performed in the commercial marketplace using standard commercial practices, or are these services performed exclusively for government purposes? (10) Please address any areas within the draft PWS where you believe greater efficiencies can be achieved and include your rationale. (11) Are there any laws or regulations unique to this requirement that have not already been included in the draft PWS? (12) Please identify what, if any, subcontracting opportunities exists for the contemplated services. Is your company interested in proposing on this effort as a prime or sub contractor? If your interest is to propose as a prime contractor, what specific portions and percentages of the functions described above would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? The MICC - YPG does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC - YPG review of the information received. The information obtained from the RFI will be utilized as market research for consideration in development of the Acquisition Strategy for this requirement. Interested sources shall provide all feedback in writing no later than 5:00 PM MST, 30 January 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c64e4a3491eb3993885b9f0189fbdb8)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02967454-W 20130119/130117234305-4c64e4a3491eb3993885b9f0189fbdb8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |