Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

H -- Cross Connection Survey

Notice Date
1/12/2021 4:31:00 PM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMCC-21-P-0000007455
 
Response Due
1/19/2021 11:00:00 AM
 
Archive Date
01/31/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;, Phone: 1.877.933.3243, Fax: 703.422.7822, Amanda Ramirez, Phone: 801.505.3263
 
E-Mail Address
marketplacesupport@unisonglobal.com, amanda.m.ramirez24.civ@mail.mil
(marketplacesupport@unisonglobal.com, amanda.m.ramirez24.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Survey and report on 59 Back Flow and cross connections that identifies, catalogs, and evaluates all existing backflow preventer assemblies and location on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: $30 million dollars in size standard. A one time purchase is anticipated for the Cross connection survey and report. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data (for services). In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. �Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Is there any information that the Government could provide in addition to the information in the performance work statement and associated documents that would assist you in building your price proposal? � Does your company have experience working at JBLM or other military installations?� If yes, provide a brief description of the services performed and at what location. � Approximately how many personnel would your company require to perform the backflow assembly services as outlined in the PWS (reference Technical Exhibit 3 � Irrigation BFP)? � In accordance with the Performance Work Statement, the survey team shall consist of at least one (1) person trained and experienced in Cross-Connection survey methodology in Washington State with at least one (1) person actively performing the survey holding a Washington State Cross-Connection Control Specialist (CCS) Certification.� Does your firm meet this requirement? � NOTE:� Washington State does not have reciprocity with other states� CCS certification programs or examinations.� Additionally, the CCS examination is specific to the state of Washington. � For information pertaining to the Washington State CCS certification program follow the link below. � Washington State CCS Certification:� https://www.doh.wa.gov/CommunityandEnvironment/DrinkingWater/RegulationandCompliance/WaterworksOperatorCertification/OnlineRenewals
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/041c0a6d72d544a6a9041c3ea8b3e982/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05890510-F 20210114/210112230112 (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  © 1994-2020, Loren Data Corp.