Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

J -- Perform preventive maintenance and service on eight (8) VLT 3500 Adjustable Frequency Drives (AFD)

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-16-R-0007
 
Point of Contact
Duke Santos, Phone: 2539663494, Duke Santos, Phone: 2539663494
 
E-Mail Address
duke.p.santos.civ@mail.mil, duke.p.santos.civ@mail.mil
(duke.p.santos.civ@mail.mil, duke.p.santos.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A Sources Sought Notice ONLY. On behalf of the United States Army, the Mission and Installation Contracting Command Joint Base Lewis-McChord, Washington is conducting a SOURCES SOUGHT SYNOPSIS (SS) pursuant to FAR Part 10 Market Research. Interested sources should respond to the questions presented within this announcement. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this SS guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned. In accordance with FAR 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all SS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. Responses to this SS permit the Contracting Officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. The information received from this SS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification Systems (NAICS) Code 811310 " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance " with a size standard of $7.5 Million as measured by total revenue. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance is for 1 base year + 4 option years. EXISTING CONTRACT: There is no current contract in place for this acquisition. BACKGROUND: The VLT 3500 Adjustable Frequency Drives (AFD) are key components of the ventilation system for its ability to reduce the amount of hazardous air pollutants (HAPs) (e.g., chromium, cadmium, lead, etc.) that are released into the atmosphere. CCF personnel perform paint and de-paint operations throughout the year. Since 2012, there has been over 22 work orders to fix the VLT 3500 Series Frequency Drives due to low pressure, low "on speed", ground faults, overheating and ‘no starts". These drives are located in the Corrosion Control Facility that is primarily utilized in the processing of aircraft for Deicing, Paint Stripping, Corrosion Removal, Etc. Objectives: Perform quarterly service and preventive maintenance on eight (8) VLT 3500 AFD SUBMITTAL INFORMATION: The Government will review general capability statements. Please ensure submissions are tailored to this requirement and specifically to the attached Performance Work Statement (PWS). There is a ten (10) page limit on submittal information, in which offerors shall provide in PDF or MS Word Format. Cover Page. The cover page shall include the following information: Respondent Name: Mailing Address: Point of Contact (POC): Title: POC Phone: POC E-Mail: DUNS (if applicable): CAGE Code (if applicable): Active Registration/Certification in the System for Award Management (https://www.sam.gov/): Type of Business (this requirement is set aside for small business): Business Size applicable to the NAICS Code • Please state which of the following applies to your company: a. 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern. • Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company: o If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). o If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. o If claiming SDVOSBC status, provide documentation that shows the Service Disabled Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 811310, " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance " o If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 811310, " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ". o If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 811310, " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ". A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million. o If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 811310, " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ". o If claiming Small Business status, provide documentation to show the business is small under NAICS code 811310, " Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ". All contractor submissions must be received by the contracting office no later than Monday, 22 February 2016 at 1:30 P.M. Pacific Standard Time. Responses or inquiries about this SS shall be submitted electronically via e-mail to: Mr. Duke Santos, Contract Specialist, at duke.p.santos.civ@mail.mil and Ms Renee Krahenbuhl, Contracting Officer, at renee.m.krahenbuhl.civ@mail.mil. The subject of your email must include your company's legal name, DUNS number, Cage Code, and state the nature of your email to include the SS Number W911S8-16-R-0007; Repair, Maintenance, and Sustainment on VLT 3500 Adjustable Frequency Drive
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/824469185b67fc0af3181b543669ff69)
 
Place of Performance
Address: The work to be performed under this contract will be performed at [Joint Base Lewis-McChord (JBLM), McChord Field, Hangar 6 (Bldg. 1160, B Street), Joint Base Lewis-McCord, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04018212-W 20160213/160211234733-824469185b67fc0af3181b543669ff69 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.