SOURCES SOUGHT
J -- Hoods and Ducts Cleaning, Repair, and Inspection
- Notice Date
- 12/12/2019 11:20:06 AM
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404 USA
- ZIP Code
- 29404
- Solicitation Number
- FA441820Q0003
- Response Due
- 12/30/2019 8:00:00 AM
- Archive Date
- 01/14/2020
- Point of Contact
- Jorge A. Alvarez, Phone: 843-963-4502, Tricia Esannason, Phone: 8439633327
- E-Mail Address
-
jorge.alvarez.8@us.af.mil, tricia.esannoson@us.af.mil
(jorge.alvarez.8@us.af.mil, tricia.esannoson@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.The Requisition number FA441820Q0003 shall be used to reference any written responses to this sources sought.Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 561790. The size standard for NAICS is $7.5 Million.Purpose: The purpose of this requirement is to acquire commercial contractor services that can provide scheduled inspection, testing, and certification; scheduled preventive maintenance and cleaning and schedule or unscheduled service call corrective maintenance repairs for all Hood and Duct Fire Suppression and Exhaust systems located at Joint Base Charleston (JB CHS), South Carolina IAW NFPA Standard 96, NFPA Standard 17A, ASTM F2975-12, ASTM D6368, UL300 and the manufacturer’s instructions. Request:Scope of work consist of 19 commercial type kitchen facilities that require approximately 19 annual inspections, 94 maintenance and cleaning, and 5 minor repairs service call per year. Within a five-year period, the cost magnitude of each service call is approximately $300 - $1,000, with an average cost of $680 per call. The Contractor shall provide project management, supervision, all personnel, equipment, tools, materials, transportation and all other items and services necessary to successfully perform maintenance and repairs. The contractor is encouraged to use innovative approaches to efficiently and effectively accomplish PWS requirements in a timely manner at reduced cost and in a way that fosters pride and ownership in the work performed. Attached is copy of the draft PWS and a Market Research Questionnaire. We ask that you complete the Market Research Questionnaire and return it back to our office along with any questions or insight that you may have in regards to the PWS in order for us to better communicate the requirement to commercial sources. In additional to your package, please include your DUNS and Cage Code.Additional Information:The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).Responses may be submitted electronically to the following e-mail address: jorge.alvarez.8@us.af.milRESPONSES ARE DUE NO LATER THAN 30 December 2019 at 11:00 AM Local Time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c80658ccd427480ca8df61a38d182578/view)
- Place of Performance
- Address: SC-04, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN05515783-F 20191214/191212230311 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |