Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2017 FBO #5580
SOURCES SOUGHT

J -- Elevator Maintenance & Repair Service - DRAFT PWS

Notice Date
3/2/2017
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-17-R-0012
 
Archive Date
3/28/2017
 
Point of Contact
Areatha Thomas, Phone: 7065457619
 
E-Mail Address
areatha.m.thomas.civ@mail.mil
(areatha.m.thomas.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT W911SF-17-R-0012 THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation Contracting - Fort Benning, Georgia (the procuring office), is conducting market research to determine availability of firms that are capable of providing ELEVATOR AND REPAIR SERVICES ON AN ARMY INSTALLATION. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. Description of the Requirement to Include: 1. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Elevator Repairs and Services as defined in this Performance Work Statement (PWS). Services shall include performing all operations necessary for inspection, maintenance, and repair of all elevators, dumbwaiters and jump tower hoist systems specified in the PWS. Please see attached PWS for detailed information. Contractor shall perform to the standards in this contract. 2. The estimated period of performance: Base Year 23 SEP 2017 - 22 SEP 2018 Option Year I 23 SEP 2018 - 22 SEP 2019 Option Year II 23 SEP 2019 - 22 SEP 2020 Option Year III 23 SEP 2021 - 22 SEP 2022 Option Year IV 22 SEP 2022 - 23 SEP 2023 3. NAICS code for this requirement: 238290 - Other Building Equipment Contractors; PSC Code: J039 Interested firms responding to this synopsis are to include the following information: 1. Firm's name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. 2. Firm's capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Describe your recent and relevant contracts performed within the past three years for the same or similar service as required in the draft PWS. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. 3. Firm's business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUB Zone, EDWOSB, WOSB, SDVOSB, etc.). 4. Responses are limited to email correspondence, and limited to five (5) pages. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government will not review general capability statements, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Questions shall be submitted via email to the POC below. Questions regarding this Sources Sought announcement shall be submitted NLT 16:00 Eastern Standard Time (EST) on Friday, 10 March 2017. After this deadline, questions will not be considered regarding this announcement. Additional Info: See attached Performance Work Statement Submit your response no later than 15:00 EST on Monday, 13 March 2017. Contracting Office Address: MICC - Fort Benning Building 6, Meloy Hall, Room 250, Fort Benning, GA 31905-5000 Place of Performance: Fort Benning, GA 31905 US Point of Contact(s): Areatha Thomas, 706-545-7619, areatha.m.thomas.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af5c9d1051a85780905c2e3ec2220b74)
 
Place of Performance
Address: Fort Benning, GA, Fort Benning, Georgia, 31905, United States
Zip Code: 31905
 
Record
SN04420734-W 20170304/170302235234-af5c9d1051a85780905c2e3ec2220b74 (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.