Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2017 FBO #5535
DOCUMENT

Z -- Vertical Transportation equipment (VTE) maintenance, testing, inspection, repair, and installation services at Marine Corps Air Station Iwakuni - Attachment

Notice Date
1/16/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40084 NAVFAC FAR EAST, ROICC IWAKUNI PSC 561, Box 1871, FPO AP Building 360, Misumi-cho Iwakuni,
 
Solicitation Number
N4008417R5401
 
Response Due
1/31/2017
 
Archive Date
2/28/2017
 
Point of Contact
Reiko Nishimoto, Contract Specialist, Phone 0827-79-6524, or email,reiko.nishimoto.ja@usmc.mil
 
E-Mail Address
0827-79-5084,<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. The intent of this notice is to identify potential offerors for information and planning purposes and is not to be construed as a commitment by Naval Facilities Engineering Command (NAVFAC) Far East, Facilities Engineering and Acquisition Division (FEAD) Iwakuni, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice in accordance with FAR 15.201(e). The Government is not responsible for the cost associated with any effort expended in responding to this notice. NAVFAC Far East FEAD Iwakuni is currently seeking potential sources for the Vertical Transportation equipment (VTE) maintenance, testing, inspection, repair, and installation services. The previous contract services were started in October 2012 and will be closed at the end of September 2017. In order to maintain a comfortable and safe daily life and maximize Installation operating efficiency aboard U. S. MCAS Iwakuni Facilities, the VTE systems maintenance, testing, inspection, repair, and installation services are required. In addition, corporation and support of Installation fire fighters trainings are required to enhance the safety environmental to suit the Installation. The contract is a performance-based specification, relying on the Contractor s experience and expertise determining the best method of providing those services. The Contractor is required to have in place a Quality Management System, providing quality control measure for both the Prime and Sub-Contractors to ensure performance objectives, standards and requirements are adequately met or exceeded. The Government is seeking information from potential sources in order to determine the possibility and contractor capacity for a VTE service contract. This information will be used to determine immediate and future acquisition strategies. Brief summary of the required services: Facilities Support Contract at U.S. Marine Corps Air Station Iwakuni, Japan (MCASI). (1)Vertical Transportation Equipment (VTE) Systems Maintenance Services: Maintain, test, inspect, repair, and install VTE systems and equipment at the various locations aboard MCASI. Includes preventive maintenance, service orders (trouble call responses), and inspection, testing, and certification program. In addition, corporation and support of Installation fire fighters trainings are required to enhance the safety environmental to suit the Installation. Also minor construction type services will be acquired under the Non-Recurring Work portion of the contract. The provisions for ordering such additional services will be used for items of work not covered by the Recurring Work of this contract but within the requirements and general intent, such as but not limited to: installing light-emitting diode (LED) illumination, fire rates inter locking wiring for hoist way doors, electric outlets, replacing equipment (e.g., flow switches in sprinkler system, pit stop switches, to meet the required standards, and repairing concrete floor for VTE systems. Personnel performing inspections and tests on VTEs must be qualified per Naval Facilities Engineering Command Maintenance Operation 118 (NAVFAC MO-118), Inspection of Vertical Transportation Equipment, or possess applicable qualification and certification as follows: All maintenance and repair shall be performed by personnel trained and certified by the Original Equipment Manufacturer (OEM) for Elevators and Escalators. The Contractor shall provide AL and Wheelchair Lift maintenance personnel for AL and Wheelchair Lift who possess sufficient knowledge, experience, and equivalent ability and proficiency to repair and maintain those and any other AL and Wheelchair Lift whose manufacturers do not have a head office function in Japan. The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, and transportation, except otherwise specified herein, necessary to perform the requirements listed above. The resultant contract for this acquisition will be for a basic period of one year and five (5) one-year option periods with an anticipated start date FY17. Potential Offerors are requested to complete and return Attachment 1: Questions, Comments, and Market Research. LOCAL SOURCE RESTRICTIONS: This solicitation is intended for local sources in accordance with FAR 5.202 (a0 (12). Local sources are those person or entities normally resident and licensed to conduct business in Japan. Offerors from non-local sources will not be considered under this solicitation in accordance with the provision of the U.S. Japan Status of Forces Agreement. Interested offerors can view and/or download the solicitation from Asia Navy Electronic Commerce Online (Asia NECO) at https://asia.neco.navy.mil when it is posted in approximately Fiscal Year (FY) 2017. Contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. Interested contractors not already registered in the SAM database are highly encouraged to do so http://www.sam.gov. Registration in SAM is free. Submission Instructions: Interested contractors are invited to submit a response to this Sources Sought Notice by 11:00 a.m. Japan Standard Time on 31 January 17. Please submit a completed Attachment 1: Questions and Comments. All responses under this Sources Sought Notice must be emailed to reiko.nishimoto.ja@usmc.mil using the subject line: Sources Sought N40084-17-R-5401. Contracting Office Address: N40084 NAVFAC Far East, PWD Iwakuni, FEAD ACQ Branch PSC 561 BOX 1871 FPO AP 96310-0019, Point of Contact(s): Reiko Nishimoto, Contract Specialist, 81-827-79-6524, reiko.nishimoto.ja@usmc.mil Brian Wogan, Contracting Officer, 81-827-79-5084, brian.wogan@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084E/N4008417R5401/listing.html)
 
Document(s)
Attachment
 
File Name: N4008417R5401_Final_-Attachment_1_Questions_Comments_and_Market_Research.docx (https://www.neco.navy.mil/synopsis_file/N4008417R5401_Final_-Attachment_1_Questions_Comments_and_Market_Research.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008417R5401_Final_-Attachment_1_Questions_Comments_and_Market_Research.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04372229-W 20170118/170116233114-4886fe79a23d81f7e1d44c01a19ad93a (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.