SOURCES SOUGHT
J -- PACAF Vehicle Barrier Maintenance Request for Information
- Notice Date
- 1/7/2022 1:52:22 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
- ZIP Code
- 96860-4928
- Solicitation Number
- 01072022_766_ESS
- Response Due
- 1/21/2022 12:00:00 AM
- Point of Contact
- Anna Ganey, 766 ESS PM Team
- E-Mail Address
-
anna.ganey.1@us.af.mil, 766ESS.PMTeam@us.af.mil
(anna.ganey.1@us.af.mil, 766ESS.PMTeam@us.af.mil)
- Description
- This Request For Information (RFI)/Sources Sought (SS) is issued on behalf of the U.S. Air Force Installation Contracting Center (AFICC), 766th Enterprise Sourcing Squadron (ESS), located on Joint Base Pearl Harbor-Hickam, Hawaii. This notice is not a Request for Quote (RFQ) or Request for Proposal (RFP). Responses to this notice are for informational purposes only. Responses received will not be considered an offer and/or proposal.� As a result, responses will not be accepted by the Government to form a binding contract (FAR 15.201(e)). Purpose: The purpose of this notice is to conduct market research to determine the feasibility/suitability of a strategic source (contract vehicle) to acquire a maintenance contract for vehicle barriers to support Air Force and/or other Department of Defense mission partners within U.S. Pacific Air Forces (PACAF) and/or the INDOPACOM Area of Responsibility (AOR). The PACAF/INDOPACOM AOR (i.e. local ,regional) may include, but not limited to the following military installations: Joint Base Pearl Harbor-Hickam (Hawaii), Andersen Air Force Base (Guam), Eilson Air Force Base (Alaska), Joint Base Elmendorf-Richardson (Alaska), Kadena Air Base (Japan), Misawa Air Base (Japan), Yokota Air Base (Japan), Kunsan Air Base (South Korea), Osan Air Base (South Korea). Background: For the purpose of this RFI, a barrier shall be defined as a crash rated system that operates as a single unit regardless of the number of lanes that the barrier restricts. Examples of one (1) barrier unit include a single drop arm/raising bar regardless of the arm/bar length, a net barrier operated by a single actuator system regardless of the length of the net, a single wedge barrier operated by independent actuators, tire shredder, or a bank of bollards not-to-exceed (NTE) four (4) bollards that operate as a unit. Vehicle barrier systems include, but are not limited to, support equipment such as actuators, control systems (including software), control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic-related equipment, safety loops and other vehicle detection systems, switches, corresponding traffic lights, light duty drop arms, associated computerized systems, and control cabinets Service Description: Maintenance shall include all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force (AF) vehicle barrier systems and other Department of Defense agencies, located within the PACAF/ INDOPACOM AOR.� The exact delivery schedule, number of locations and quantities for each location are unknown at this time. However, for informational purposes/logistical planning assume all nine (9) military installations, which are located in five (5) different geographical locations will have the same requirement: preventative maintenance quarterly maintenance, inspections, and repair services. Work shall comply with all applicable commercial and United States (US) military standards/specifications as well as Federal, State, and local laws and regulations NAICS/PSC Code: The primary North American Industrial Classification System (NAICS) code of 561621, Security Systems Services (except Locksmiths) and PSC Code: J063, Maintenance/Repair/Rebuild of Equipment- Alarm, Signal, and Security Detection Systems.� The Contracting Officer will allow interested parties to propose/submit an alternative NAICS Code(s) and/or PSC Code(s) for consideration and rationale.� Any new technological adnances to the field that we should know about? Questions to Industry: Does your firm have the capacity/capability to provide maintenance at each of the nine (9) PACAF military installations: Joint Base Pearl Harbor-Hickam (Hawaii), Andersen Air Force Base (Guam), Eilson Air Force Base (Alaska), Joint Base Elmendorf-Richardson (Alaska), Kadena Air Base (Japan), Misawa Air Base (Japan), Yokota Air Base (Japan), Kunsan Air Base (South Korea), Osan Air Base (South Korea) within PACAF AOR? If so, explain your supply chain and provide your firms maximum order capabilities/capacity.� The exact schedule, number of locations and quantities for each location are unknown at this time. However, for informational purposes/logistical planning assume all nine (9) military installations, which are located in five (5) different geographical locations will have the same requirement: preventative maintenance quarterly maintenance, inspections, and repair services. Work shall comply with all applicable commercial and United States (US) military standards/specifications as well as Federal, State, and local laws and regulations 2. If your firm does not have capacity to provide service in all 9 locations; please list locations your firm could provide service at. 3. Are there any technological advances in the field of barrier construction and maintenance that the Air Force should be aware of? 4. List any regulatory, statutory, guidance, or specifications that are commercial standards of practice used when providing vehicle barrier preventative maintenance to both government agencies and commercial/private industry (if any). List government and private industry requirements separately (if different). 5. Please indicate if your firm is a GSA approved vendor and/or if your firm and product can be found on current GSA schedule. If so please include GSA Schedule number and the date schedule expires. 6. Government Market/Industry: Does your company currently provide or has in the past provided vehicle barrier maintenance to other state, local and/or federal government agencies? If yes, please provide the following information for the last 3 years: Agency, Agency Type (state, local, federal etc), Contract Number and Contract Award Amount, Period of Performance, Quantity Delivered and Agency Point of Contact. 7. Commercial Market/Industry: Does your company currently provide or in the past provided vehicle barrier maintenance to commercial industry? If yes, please provide the following information for the last 3 years: Name of Company, Contract Award Amount, Period of Performance and Quantity Delivered. 8. Describe any best practices, innovative approaches, lessons learned, potential risks or any other information you feel would be improve the acquisition.� 9. Are there any new technological advances in the field that we should know about? 10. List any questions or other information you would like the Contracting Officer to know or consider. Company Information: name, address, telephone number, point of contact name(s), e-mail address, DUNS and CAGE code, business size large or small. If small business identify the following: type of small business and/or socio economic class.� If 8(a)/SDB firm, include 8(a) program graduation/exit date. - Large Business Concern - Small Business (SB) Concern - 8(a)/Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Service-Disabled Veteran-Owned Small Business (SDVOSB) For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards Full and Open Competition: Contracting Officers shall provide for full and open competition through use of competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government�s requirements efficiently IAW FAR 6.101(b). The Government seeks industry comments in response to the specific questions listed above. In accordance with (IAW), FAR 15.201(c), responses to this notice can be used to develop future acquisition strategies, determine the feasibility of the requirement, the suitability of the proposal instructions and evaluation criteria, the availability of reference documents, and any other industry concerns or questions. The results may also be used as an effort to obtain competition, identify qualified potential sources and promote full and open competition to the maximum extent practicable IAW FAR Part 19, FAR Part 10, FAR Part 12, FAR Part 6, FAR Part 5, and the Competition in Contracting Act (CICA), 41 U.S.C.253. Information Requested: Interested parties shall provide responses in the same numerical order as listed above. At a minimum, interested parties shall provide: 1) a capabilities report/brief and 2) complete/sufficient responses to industry questions. The Contracting Officer will deem all responses that do not include at least the capabilities report/brief and the responses to the questions below incomplete/insufficient. Submission Instructions: All submissions to this notice shall be submitted in writing via BetaSam and via email only, no phone call responses or inquires will be accepted. Send your written response to the following email addresses: Subj: Strategic Sourcing-Vehicle Barrier Maintenance To: 766ESS.PMTeam@us.af.mil Responses are due NO LATER THAN Jan 21, 2022 at 12:00 AM, Hawaii Standard Time (HST). The Contracting Officer will review and consider all responses and/or questions received but may not provide a written and/or verbal response to questions received. Please note the Contracting Officer may choose to host additional exchanges with industry prior to receipt of proposals IAW FAR 15.201, participation is voluntary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/da67aefef1274fc6a7bfff1646c32cb4/view)
- Place of Performance
- Address: GUM
- Country: GUM
- Country: GUM
- Record
- SN06212321-F 20220109/220110105809 (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 |