Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2016 FBO #5224
MODIFICATION

61 -- Substation Maintenance

Notice Date
3/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 411TH CSB (W91QVN) RCC YONGSAN, UNIT 15289, APO AP, 96205-0062, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W91QVN-16-R-0062
 
Archive Date
3/30/2016
 
Point of Contact
Lorna P. Beckman, Phone: 7246554
 
E-Mail Address
lorna.p.beckman.civ@mail.mil
(lorna.p.beckman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SUBSTATION MAINTENANCE INTRODUCTION The 411TH Contracting Support Brigade, Korea is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide a services contract for inspection, testing, cleaning, maintenance and repair of three (3) substations located in different locations on OSAN Airbase. The contractor shall inspect and maintain substations in accordance with Performance Work Station. This is a non-personal services contract to provide all personnel, management, supervision, testing, equipment, tools, supplies, and transportation for inspection, testing, reporting, cleaning, maintenance and repair of all equipment in substations at Osan AB that are not currently under manufacturer's warranty by a different vendor. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH THE REQUIREMENT MAY BE ENHANCED. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Osan Airbase South Korea. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND This is a new requirement that will become reoccurring. The Contractor shall provide all certified trained labor, tools and equipment and perform the work stated in the PWS to maintain the functionality of the substations to its original state of operation. REQUIRED CAPABILITIES The contractor shall have License of electric facility construction (전기공사업) certified by ROK GOV. The contractor shall be registered with the same company name/same occupational/same executive within past 5 years. See draft PWS for additional capabilities. PWS SUBJECT TO CHANGE. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: See PWS ELIGIBILITY The applicable NAICS code for this requirement is 237130, Construction management, power and communication transmission line with a Small Business Size Standard of $36.5M. The Product Service Code is Z127. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1 PM Korean Local Time KST, Wednesday, 16 March 2016. Corresponding to Tuesday, 15 March 2016 at 11:00 PM Eastern Standard time EST. All responses under this Sources Sought Notice must be e-mailed to lorna.p.beckman.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base period of 6 months and 4 option years with performance commencing in Aug 2016. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP) with Requirements FFP CLIN. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Lorna "Pat" Beckman, in either Microsoft Word or Portable Document Format (PDF), via email lorna.p.beckman.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0ae22404ba7c171bd3bb7433d58ef66)
 
Place of Performance
Address: OSAN Airbase, South Korea, APO, 96205, Korea, South
 
Record
SN04048701-W 20160313/160311235806-b0ae22404ba7c171bd3bb7433d58ef66 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.