SOURCES SOUGHT
J -- Vertical Transportation Equipment (VTE) Maintenance and Repair Serivces
- Notice Date
- 8/1/2013
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-13-R-0025
- Response Due
- 12/1/2014
- Archive Date
- 9/30/2013
- Point of Contact
- Angela Royster, 253-966-3487
- E-Mail Address
-
MICC - Joint Base Lewis-McChord
(angela.royster@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W911S8-13-R-0025 Notice Type: Sources Sought Vertical Transportation Equipment Maintenance and Repair Services at Joint Base Lewis-McChord, Washington Thank you for taking the time to assist us in gathering this information! Mission and Installation Contracting Command (MICC)-Joint Base Lewis-McChord (JBLM) is currently conducting market research to determine the existence of viable commercial sources capable of providing Vertical Transportation Equipment (VTE) maintenance and repair services. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance and repair services to VTE at JBLM in a manner that will ensure continuous and safe operation (full maintenance and repair with the exception of the excluded services listed in Performance Work Statement (PWS) paragraph 5.3). The term quote mark VTE quote mark in this PWS includes all equipment listed in Technical Exhibit 3, VTE List (e.g., freight and passenger elevators, escalators, wheelchair/stair lifts, and dumbwaiters). The contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures in the delivery of required services. The anticipated period of performance includes a base period (1 November 2014 - 30 September 2015) with the possibility of exercising 1-year options for up to 4 periods. An important outcome of this research is the possibility of setting aside this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with FAR Part 19. Specific SBA programs are Historically Underutilized Business Zone (HUBZone), 8(a), Small Disadvantaged Business (SDB), Economically-Disadvantage Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran-Owned Small Business (VOSB). MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience. Interested parties shall complete and submit the below questionnaire to the Government. The Government advises that providing responses to the questions will not automatically include you in the acquisition process for future solicitations. DISCLAIMER: This Sources Sought (SS) is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This SS is for planning purposes only and is not a Request for Proposals (RFP), Invitation for Bids (IFB), or an obligation on the part of the Government to acquire any services. Responses to this SS shall not serve as proposals, bids, or offers, which may be a prelude to form a binding contract with the Federal Government. MICC-JBLM will not accept unsolicited proposals related to the subject of this SS. The responder shall clearly identify any information it considers sensitive or proprietary. The Government will handle information received in response to this SS marked quote mark Proprietary quote mark accordingly. The Government will not return responses to this SS. Responders are solely responsible for all expenses associated with and incurred by responding to this SS. The Government reserves the right to determine how it will proceed in response to information gathered from this notice. Please submit your response no later than 12 August 2013 by 4:00:00 PM (PDT) via email (angela.s.royster2.civ@mail.mil) or facsimile (fax number 253-967-2772); if submitted via facsimile, please first send an email to Angela Royster letting her know when she should expect your facsimile. We appreciate your participation and input. SOURCES SOUGHT QUESTIONNAIRE Company Name:___________________________________________________________________ Point of Contract (Name & Position):__________________________________________________ Mailing Address: __________________________________________________________________________ __________________________________________________________________________ Phone: _______________ Fax: _________________ Email: ______________________ DUNS Number: ______________________ CAGE Code: ______________________ NOTE: The Government will not publish responses outside the MICC-JBLM office; it will use information collected as a tool for the upcoming acquisition. Please submit your response no later than 12 August 2013 by 4:00:00 PM (PDT) via email (angela.s.royster2.civ@mail.mil) or facsimile (fax number 253-967-2772); if submitted via facsimile, please first send an email to Angela Royster letting her know when she should expect your facsimile. 1. Is your company registered with the System for Award Management (SAM) website (https://www.sam.gov)? [ ] yes [ ] no 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Historically Underutilized Business Zone (HUBZone) [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned Small Business (WOSB) [ ] yes [ ] no Service-Disabled Veteran-Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran-Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3. Does your firm have experience providing all necessary services? [ ] yes [ ] no If yes, please provide a brief description of your work experience. _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 4. Does you firm presently perform the same or similar services under a General Services Administration (GSA) contract or any active Federal enterprise contract? [ ] yes [ ] no If yes, please provide the contract number: __________________________________________ If yes, provide a brief description of your work experience under the referenced contract. _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 5. Based on your firm's work experience, which positions do you consider key positions in the performance of this requirement? Provide position titles and responsibilities. Position TitlePosition Responsibilities _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 6. How are services typically priced in this industry? How do you determine price? _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 7. Please describe how over and above work, as described in the PWS, is typically handled (e.g., CLIN structure, billing, fixed price vs. time-and-materials/labor hour). _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 8. In the industry, what kind of contract is standard for these services (e.g., fixed-price, cost-reimbursable, or time-and-materials)? Or a combination? Please explain. _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 9. If fixed-price contracts are not standard in the industry, is there a way to make this contract fixed-price? Please explain. _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 10. What are important aspects of this requirement, as described in the draft PWS, that a contractor would need to expound upon to show that it is capable of performing the services? _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 11. From a technical standpoint, what makes one firm better able to accomplish the work than another firm? _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 12. If the Government selected your firm, how many calendar days would you need after contract award date before you would be completely setup to provide the necessary services (i.e., phase-in as per PWS paragraph 1.5.)? [ ] Immediately [ ] 10 days [ ] 15 days [ ] 30 days [ ] Other ____________ 13. Please provide comments regarding the draft PWS, and any deviation(s) from commercial practices that may be included: _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 14. Provide any additional feedback that you feel is relevant (e.g., problems or any other issues experienced with similar contracts): _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ __________________________________________________________________________ Again, we thank you for taking the time to assist us in gathering this information!
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b00655d27faab557b1ade5cd2f102eaa)
- Place of Performance
- Address: Joint Base Lewis-McChord (JBLM) JBLM, WA JBLM WA
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN03134079-W 20130803/130801235349-b00655d27faab557b1ade5cd2f102eaa (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 |