Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
MODIFICATION

Z -- Sources Sought Ft Detrick Potable Water Storage Tank Inspections

Notice Date
5/13/2022 10:09:40 AM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
PANMCC-21-P-0000-009122
 
Response Due
5/24/2022 10:00:00 AM
 
Point of Contact
Rickey Hampton, Phone: 703-806-0326
 
E-Mail Address
rickey.g.hampton.civ@army.mil
(rickey.g.hampton.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A Sources Sought Notice ONLY. On behalf of The US Army Garrison (USAG), Ft Detrick, MD, the Mission and Installation Contracting Command � Ft Belvoir (MICC-FB) is issuing a sources sought synopsis as a means to identify parties having an interest in and the resources to support the requirements for providing annual inspections, repairs, and a one-time sanitization service for one ground and two elevated potable water storage tanks located at Ft Detrick, MD. The North American Industry Classification System (NAICS) code for this requirement is 221310 - Water Supply and Irrigation Systems with a Small Business Size Standard of $36M. The Product Service Code (PSC) is Z1NE - Maintenance of Water Supply Facilities. OVERVIEW: This award will be for one (1) base year and four (4) option years. The estimated total amount for this contract is $198,506. DISCLAIMER: 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. GENERAL DESCRIPTION OF EFFORT: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform annual water tank inspections as specified in accordance with Unified Facilities Criteria (UFC) 3-230-02, Operation & Maintenance: Water Supply Systems. The contractor will specialize in performing inspections of the ground based and both elevated potable water storage tanks. Work will be performed at the locations specified in Part 7, Technical Exhibit 3 of the attached Potable Water Storage Tank Inspection Performance Work Statement (PWS), within the boundary of Area A at the USAG Fort Detrick. Services include physically accessing storage tanks via climbing access ladders to manway hatches, and utilizing a remote operated vehicle (ROV) for the Base Year and all four Option Years. Base Year service will include removing all sediment from the interior of the potable water storage tank, and sanitization, per the American Water Works Association (AWWA) methods and standards. The contractor shall accomplish interior and exterior inspections of the potable water storage tanks that includes all components of the structures from the foundations to the top of the vessels, and provide a thorough report of all findings. Repairs of Water Storage Tanks with cost TBD at time of repairs, NTE $2500 for the Base Year and all four Option Years. REQUIRED CAPABILITIES: An ongoing need for elevated and ground based potable water storage tank inspections on Fort Detrick, Maryland. Services include physically accessing storage tanks via climbing access ladders to manway hatches, and utilizing a remote operated vehicle for the Base Year and all four Option Years. Base Year service will include removing all sediment from the interior of the potable water storage tank, and sanitization, per the AWWA methods and standards. The contractor shall accomplish interior and exterior inspections of the potable water storage tanks that includes all components of the structures from the foundations to the top of the vessels, and provide a thorough report of all findings. See the attached Performance Work Statement (PWS). ELIGIBILITY: This contract will be awarded as an 8(a) direct award as a result of the previous contract number W91QV1-16-C-0065 for Ft Detrick Potable Water Storage Tank Inspection and Maintenance, which expired 7 August 2021, being awarded as an 8(a) Direct Award. RESPONSE INSTRUCTIONS: Responses to this Sources Sought Synopsis shall be e-mailed to the Contract Specialist, Mr. Emanuel Addison at email: emanuel.c.addison.civ@army.mil, and courtesy copy (cc) Mr. Rickey Hampton at email: rickey.g.hampton.civ@army.mil at no cost or obligation to the Government no later than 24 May 2022 at 1:00 p.m. EDT. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, Entity Information Number (EIN), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUB Zone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. The NAICS code contemplated for this requirement is 221310 � Water Supply and Irrigation System - with a size standard of $36M. In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? � � � �2. 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. � � � �3. 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. � � � �4. Information to help determine if the requirement 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. � � � �5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. � � � �6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Fort Belvoir ISN Contracting Officer, Mr. Kenneth L. Mitchell at Kenneth.L.Mitchell.civ@mail.mil, 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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. � � � � � 7. Recommendations to improve the approach/specifications to acquiring the identified items/services. 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. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a450b5a72025446384de3fb5f3aa7323/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06326443-F 20220515/220513230057 (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.