Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2019 SAM #6603
SOURCES SOUGHT

J -- TRADOC Uninterruptible Power Supply Repair and Maintenance

Notice Date
12/26/2019 6:38:18 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
W911S020TRADOCUPS
 
Response Due
1/7/2020 9:00:00 AM
 
Archive Date
03/01/2020
 
Point of Contact
Sean Bryan, Phone: 7575018190, Christina Crawley, Phone: 7575018122
 
E-Mail Address
william.s.bryan6.civ@mail.mil, christina.m.crawley.civ@mail.mil
(william.s.bryan6.civ@mail.mil, christina.m.crawley.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE Headquarters, Training and Doctrine Command Uninterruptible Power Supply Repair and Maintenance INTRODUCTION/BACKGROUND The Mission Installation and Contracting Command (MICC) � Fort Eustis is conducting market research to identify parties interested in testing and maintaining the Uninterruptible Power Supplies (UPS) and peripheral equipment located at three on-base facilities operated by Headquarters, Training and Doctrine Command (HQ TRADOC), Fort Eustis, VA 23604. The intention of MICC-Fort Eustis is to procure these services on a competitive basis using a base plus four-year option award contract. BASED ON THE RESPONSES TO THIS MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents must submit capability statements that clearly define the firm�s ability to perform the work stated in this sources sought notice in conjunction with the DRAFT Performance Work Statement (PWS). This Market Research is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of United States Government. The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government requirements. PLACE OF PERFORMANCE The work under this contract will be performed at the following locations at Fort Eustis, VA 23604: 950 Jefferson Avenue, Building 950; 661 Sheppard Place, Building 661; and 601 Lee Boulevard, Building 601. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR QUOTE (RFQ)� 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 RFQ OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE), AS APPLICABLE. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT, AS APPLICABLE. REQUIRED CAPABILITIES The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform emergency response and repair, and scheduled preventive maintenance as defined in the draft PWS (Attachment 1). 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, DUNS number, CAGE code, socio-economic status, and type of ownership for the organization; and 2) �Tailored capability statements addressing the particulars of this effort listed within this notice, 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: Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; Implement a successful project management plan that includes: compliance with emergency schedules; meeting and tracking performance/warranty schedules; hiring and retention of key personnel with the requisite experience and expertise. and risk mitigation; and Provide services under a performance based service acquisition contract. ELIGIBILITY The anticipated NAICS code for this requirement is 541519 with a Small Business Size Standard of $30M. The anticipated Product Service Code is J059. 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) A draft PWS is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than 6 (six) pages in length in Times New Roman font of not less than 10 pitch font. The deadline for response to this request is no later than 12 pm, EST, 7 January 2020. All responses under this request must be e-mailed to: Christina M. Crawley, Contracting Officer at christina.m.crawley.civ@mail.mil; and � William S. Bryan, Contract Specialist at William.s.bryan6.civ@mail.mil. � This documentation must address at a minimum the following items: Is the NAICS code referenced in the ELIGIBILITY section above appropriate for the work described in the PWS? If not, what code more closely aligns with the majority of the requirement and why? What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. Do you intend to use subcontractors for this requirement? What specific technical skills does your company possess which ensure capability to perform the tasks? 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 draft PWS for the base period as well as the option periods. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history for the last 5 years, office locations, DUNs number, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Of significant importance, provide a methodology for ensuring UPS technicians/field representatives have sufficient experience to test, maintain and repair the Liebert and Eaton equipment identified in the PWS. This area may also include past requirements that required experience on this equipment. The estimated period of performance consists of: Base Year����������������������������� 4/27/2020 � 4/26/2021 Option Year I�������������������������4/27/2021 � 4/26/2022 Option Year II����������������������� 4/27/2022 � 4/26/2023 Option Year III���������������������� 4/27/2023 � 4/26/2024 Option Year IV���������������������� 4/27/2024 � 4/26/2025 The contract type is anticipated to be Firm Fixed Price. Upon assessment 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0dd7c42e9b8f4b7c9f6a083ec70d40f0/view)
 
Place of Performance
Address: Fort Eustis, VA 23604, USA
Zip Code: 23604
Country: USA
 
Record
SN05524193-F 20191228/191226230138 (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 |
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.