Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2022 SAM #7440
SOURCES SOUGHT

J -- Maintenance and Repair of Swimming Pools

Notice Date
4/12/2022 9:19:26 AM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-22-R-0005
 
Response Due
4/27/2022 2:00:00 PM
 
Point of Contact
Amanda Ramirez, Phone: 253-966-2587 or 801-505-3263
 
E-Mail Address
amanda.m.ramirez24.civ@army.mil
(amanda.m.ramirez24.civ@army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The Mission & Installation Contracting Command � Joint Base Lewis-McChord (JBLM), Washington is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for Swimming Pool Maintenance & Repair. �The U.S. Government desires to procure Swimming Pool Maintenance & Repair services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis 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 or Small Business concern), to identify their capabilities in meeting the requirement at a fair market price. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� 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 Government-wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.� 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. The applicable NAICS code for this requirement is 561790, Other Services to Buildings and Dwellings, with a Small Business Size Standard of $8M. The Product Service Code is J044. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your NAICS code or PSC is not listed above and you would like to express an interest in this requirement, please respond with your NAICS code and corresponding PSC. PLACE OF PERFORMANCE Locations are all on Joint Base Lewis-McChord, Washington Kimbro Pool 2161 Liggett Ave Joint Base Lewis McChord, WA 98433 Keeler Pool 9993 Garfield St. Joint Base Lewis McChord, WA 98433 Soldier�s Field House Pool 3236 2nd Division Dr. Joint Base Lewis McChord, WA 98433 McChord Pool 736 5th St. Joint Base Lewis McChord, WA 98438 TECHNICAL DESCRIPTION FOR SERVICES (W911S8-22-R-0005) The Department of Public Works � Joint Base Lewis-McChord, Washington is designated as the Requesting Activity. In accordance with these assignments, the contractor provides the following services: Contractor shall provide Parts & Materials required to maintain pools in fully operational condition outside the preventative and routine maintenance schedule using new parts that will meet or exceed original part/material. Contractor shall perform Routine & Preventative Maintenance to ensure that all pools remain in good working condition. The contractor shall ensure all work is done in compliance with the latest industry code and safety standards and in accordance with manufacturer's recommendations. Contractor shall submit all Monthly Reports within 5 business days of the following month. Contractor shall respond to Service calls for any immediate issues and repairs within 8 hours of the call/written electronic communication being placed. The Contractor shall take immediate action, to return the swimming pool into operational working condition, no later than (2) days after receipt of service call. The estimated period of performance consists of a Base Period of 12 Months and 4 Option Periods. Performance estimated commencement is 1 July 2022. The contract type is anticipated to be Single Award, �D� Type indefinite delivery contract (IDC). REQUIRED CAPABILITIES The Contractor shall provide Swimming Pool Maintenance & Repair services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (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 and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, 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 estimated period of performance consists of a Base Period of 12 Months and 4 Option Periods. Performance estimated commencement is 1 July 2022. Specifics regarding the number and length of option periods will be provided in the solicitation. The contract type is anticipated to be D type Requirements Service contract. The Level of Effort anticipated is for 5 years, an estimated 1,542 labor hours. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. The U.S. Government will review market information to determine potential market interest and capacity to: 1) provide services consistent, in scope and scale, with those described in this notice; 2) implement a successful Preventative Maintenance plan that includes: compliance with tight program schedules; and 3) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. Demonstrated ability to obtain a Base Access within 5 business days of notice from the U.S. Government. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten�(10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, PST, 27 April 2022. All responses under this Sources Sought Notice must be e-mailed to Amanda Ramirez, Contract Specialist Amanda.m.ramirez24.civ@army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 4.) Provide a statement including current small and or large business status and company profile to include office locations, DUNs number, etc. 5.) Respondents to this notice also must indicate whether they qualify as an 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns or Small Business. 6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 7.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Amanda Ramirez, in either Microsoft Word or Portable Document Format (PDF), via email Amanda.m.ramirez24.civ@army.mil 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c13186da636f4ae2a26d2dbe84df42d5/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06296340-F 20220414/220412230107 (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.