SOURCES SOUGHT
J -- DISA HQ Kitchen Maintenance and Repair
- Notice Date
- 5/10/2021 10:55:02 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
- ZIP Code
- 207550549
- Solicitation Number
- 612100287
- Response Due
- 5/24/2021 8:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Alvin Acevedo, Phone: 301-225-4070, Michelle L. Bontempo, Phone: 301-225-3921
- E-Mail Address
-
alvin.acevedo3.civ@mail.mil, michelle.l.bontempo.civ@mail.mil
(alvin.acevedo3.civ@mail.mil, michelle.l.bontempo.civ@mail.mil)
- Description
- The Defense Information Systems Agency (DISA) is seeking sources for the Defense Information Systems Agency (DISA) Kitchen Equipment Maintenance and Repair at DISA Headquarters, Ft Meade, Maryland 20755. CONTRACTING OFFICE ADDRESS:� Defense Information Systems Agency Defense Information Technology Contracting Organization (DITCO) National Capital Region (NCR) 6910 Cooper Ave. Ft. Meade, MD 20755 Contracting DoDAAC:� HC1047 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, �Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The Workforce Services and Development Directorate (WSD) is seeking information for potential sources for the performance of preventive maintenance and repairs on kitchen equipment in the Commons Building (large industrial kitchen that supports a 700+ seat Caf�) of DISA HQ, Ft. Meade, Maryland. The contractor shall be respon sible for identifying any worn or defective parts which require replacement. The decision to purchase those parts under this contract is reserved for the COR or Alternate COR. The kitchen is in operation on Federal� �workdays, Monday through Friday and prepares breakfast and lunch menus.� Emergency calls may be required after normal business hours. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-16-P-0304 Contract Type: Firm Fixed Price Incumbent and their size: Brothers Mechanical Services, LLC (Small Business) Method of previous acquisition: 100% Total Small Business Set Aside Period of performance:� 26 Sep 2016 � 25 Sep 2021 Perform preventive maintenance and repairs on kitchen equipment in the Commons building of DISA HQ. A list of equipment is in Attachment A. The kitchen is in operation on Federal ��workdays, Monday through Friday and prepares breakfast and lunch menus. Summary of services that are to be provided under this contract are as follows: Task 1 � Kitchen Equipment Preventive Maintenance Task 2 � Kitchen Equipment Repair Subtask 2.1 � Provide Urgent and Routine Repair Calls Subtask 2.2 � Provide Emergency Repair Calls Subtask 2.3 � Provide Kitchen Equipment Repair Parts All work shall meet, exceed, or be in conformity with the requirements of applicable National Sanitation Foundation (NSF), American Society of Mechanical Engineers (ASME), American National Standards Institute (ANSI), National Electrical Code (NEC), National Fire Protection Associates (NFPA), Occupational Safety and Health Act (OSHA), Environmental Protection Agency (EPA), United States Department of Agriculture (USDA), United States Public Health Service (USPHS), state and local laws and regulations. REQUIRED CAPABILITIES: 1). Provide Preventative Maintenance in the Commons building of DISA HQ to keep kitchen equipment in peak operating condition. A list of equipment is in Attachment 1. Preventive maintenance consists of inspection, testing, cleaning, oiling, adjustment, calibrating, and minor part and component replacement (such as filters, belts, hoses, fluids, oil and grease), as required to verify proper system operation, minimize malfunction, breakdown, and deterioration of equipment. Preventative Maintenance will be performed in accordance with the equipment manufacture�s recommendations and will include: checking with the operating personnel to identify deficiencies, verification of proper operation of controls, thermostats and safety devices, condenser coil cleaning, part and filter replacement. 2). Provide Preventative Maintenance Intervals and Site Visits in accordance with Attachment 1. 3). Provide Predictive Testing and Inspection methods to detect the onset of degradation of the equipment at each maintenance interval. 4). Perform Routine, Urgent, and Emergency Repairs on equipment in Attachment 1. Routine repairs must be performed within five (5) calendar days. Urgent repairs must be performed within two (2) business days. Emergency repairs must be performed within four (4) hours of notification. SPECIAL REQUIREMENTS Contractor Personnel performing work shall be US Citizens and comply with Ft. Meade base requirements. Access to buildings and the Contractor work area will be limited to normal working hours, unless specifically coordinated. Contractor also understands under no circumstances will any cell phones or other unapproved electronic devices be allowed into the DISA Headquar ters facility. Failure to follow this policy will result in removal from the DISA Facility by DISA Security.� Security badges are required for all contractors and contractor employees; applications for security badges will be as directed by DISA�s security office. No contractor, employee, or representative of the contractor will be admitted to any DISA site unless he/she furnishes satisfactory proof that he/she is a citizen of the United States or that he/she has been cleared by DISA Security. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 811310 (https://www.naics.com/search/), with the corresponding size standard of $8M (https://www.sba.gov/document/support--table-size-standards).� To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering.� Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and does not preclude your company from responding to this notice.) Identification of any applicable licenses or certifications company employees possess with regards to performing kitchen maintenance and repair. Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) to michelle.l.bontempo.civ@mail.mil and alvin.acevedo3.civ@mail.mil.� Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five pages) and demonstrating ability to perform the services listed under Required Capabilities.��� �� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Attachments: Attachment 1: Kitchen Equipment
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d5f6efc0a62c465486b6069689e8bf6c/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN05997221-F 20210512/210511201423 (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 |