Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOURCES SOUGHT

J -- MHE Enterprise SS_RFI - Attachments

Notice Date
9/12/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-17-SS-5015
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attach 9 - Maintenance Locations Attach 8 - Equip List - Red River, TX Attach 7 - Equip List - Warner Robins, GA Attach 6 - Equip List - Tobyhanna, PA Attach 5 - Equip List - Puget Sound, WA Attach 4 - Equip List - Pearl Harbor, HI Attach 3 - Equip List - New London, CT Attach 2 - Equip List - Gulfport, MS Attach 1 - Equip List - Corpus Christi, TX Sources Sought and Request for Information Industrial Material Handling Equipment Maintenance Services The Defense Logistics Agency (DLA) Distribution is issuing this Sources Sought (SS) and Request for Information (RFI) announcement for planning purposes only. DLA Distribution is planning to establish a contract for a one (1) base year with four (4) one-year option periods, to provide Battery Maintenance Services, and Preventative and Remedial Maintenance Services to DLA operated warehousing and distribution equipment as described in Attachments 1- 9. This does not constitute a finalized draft for use in preparing a response to any forthcoming solicitation. This provides an idea of the scope and magnitude of the requirement. The purpose of this SS/RFI is to solicit industry's assistance and best practices. Responses to this notice will be considered in determining the best approach for any potential future acquisition. Instructions to Interested Parties: Interested parties are requested to provide a Capabilities Statement on how you historically have adequately maintained equipment through both preventative (regular/recurring) maintenance (PM) and remedial (unscheduled) maintenance (RM) for Commercial or Government fleets of the same scope and magnitude. Additionally, the Government welcomes your input for consideration in the development of the Performance Work Statement and pricing/CLIN structure. In your response, please consider that the Government anticipates that during the performance of the contract, all equipment lists are subject to change by the Government when equipment addition(s) and/or deletion(s) are required due to equipment disposal or replacement. The term "equipment" includes, but is not limited to, forklifts, motor vehicles (wheeled or tracked), warehouse trailers, off highway utility vehicles, turret trucks, warehouse sweepers and other miscellaneous material handling equipment. The Government also requests that interested parties provide rationale on staffing capability. Specifically, this capability should address providing adequate support for geographically dispersed locations for both PM and RM. Upon knowledge of an RM issue, provide your response time to initiate equipment evaluation. The staffing discussion should also address the ability to adhere to reasonable response times taking geographic locations into consideration for Continental United States (CONUS) and Outside Continental United States (OCONUS) sites. The site locations include, but are not limited to, those listed on attachment 9. Interested Party Information: 1. Interested parties responding to this notice should provide the following: a. The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC's name, phone number and e- mail address b. Whether the Party is, or is not, a small business concern, and if a small business concern, also possesses one of the following socioeconomic designations: Service-Disabled Veteran Owned Small Business, HUBZone, or Women-Owned Small Business as defined in FAR 52.219-1 for NAICS Code 811310, or is a foreign entity. c. Cage Code 2. This is a Sources Sought/Request for Information Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS REQUEST. This SS/RFI does not commit the Government to contract for the identified supplies and does not commit the Government to set aside this acquisition for a small business concern. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website at http://www.fbo.gov/. It is the responsibility of potential offerors to monitor this site for additional information pertaining to a future procurement. The information provided in this SS/RFI is subject to change and is not binding on the Government. Any information submitted in response to this SS/RFI is voluntary. The release of this SS/RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that DLA Distribution will not pay for any information or administrative cost incurred in responding to this SS/RFI. In addition, the Government will not entertain any requests to meet individually with a supplier regarding the content of this SS/RFI, and will not respond to any electronic or telephonic inquiries for this purpose. Please provide responses to this SS/RFI by email no later than 3 October 2017. Responses will only be received electronically in Adobe pdf or MS Office formats. Paper media will not be received. Email responses should be sent to Michael.minto@dla.mil. The subject line should be addressed as "Industrial MHE Maintenance Services - DLA Distribution". Please be advised that any responses exceeding email size of 10 MB may be returned undelivered and may require two or more separate email submissions in order to successfully submit all attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-SS-5015/listing.html)
 
Place of Performance
Address: Various See Attachment 9, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN04673210-W 20170914/170912232153-5c0b72ee35fc8f66c10ba1e50322b0c3 (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.