Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2022 SAM #7527
SOURCES SOUGHT

Z -- Gathright Dam Elevator Maintenance Services

Notice Date
7/8/2022 4:19:43 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622Q5018
 
Response Due
7/22/2022 11:00:00 AM
 
Point of Contact
Amy Herrera Coody, Phone: 757-201-7883, Stormie S. B. Wicks, Phone: 7572017215
 
E-Mail Address
amy.h.coody@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(amy.h.coody@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME.� The Norfolk District, U.S. Army Corps of Engineers, requests responses from qualified sources capable of providing maintenance for an elevator system located at Gathright Dam, Covington, VA. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing maintenance services (see attached statement of work for additional information), with a period of performance that consists of a base year and four (4) option years. The facility has a single elevator inside of a 260-foot-tall intake tower.� As part of the service provided under the terms of this contract, the Contractor shall perform all repairs necessary to prevent a breakdown or failure of a piece of equipment of the system.� The Contractor will be required to complete any repairs affecting operation within 24 hours.� The Contractor shall furnish all labor, supplies, equipment, parts, and materials necessary to perform cleaning, maintenance, inspection, repairs or replacements to elevator equipment, appurtenances, and accessories, including hoist machinery, motor generators, controllers, selectors, worn gears, thrusts, bearings, brake magnet coils, brake shoes, cab fans, brushes, windings, commutators, rotating elements, contacts, coils, resistors for operation and motor circuits, magnet frames, cams, car door and hoisting door hangers, tracks and guides, door operating devices, interlocks and contacts, hatch lighting, pit lights, cab lights, bulb replacement in signal system, and all other elevator signal and accessory equipment complete, where included as part of the elevator installation at the time the bid for this work is submitted.� The Contractor is responsible for replacement of all machine room light bulbs or tubes, hatchway and pit receptacles and light sockets.� Particular attention shall be paid to all emergency light units, which must be maintained and kept in an operable condition.� All lubricants, oils, greases, rope dressings and preservatives, and cleaning materials are to be furnished by the Contractor.� Lubricants are to be of the proper grade for the intended use. All cleaners used to remove oil and grease shall be non-toxic, odorless, and have a high flash point. The Contractor shall perform at least monthly inspections on the equipment.� These inspections should ensure a safe and efficient level of operation and that all work relative to the cleaning, lubrication, and adjustment of the equipment that is necessary for the desired level of operation, is performed. The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified.� The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity, and shall be responsible for taking such disciplinary action with respect to its employees as may be necessary. The Contractor shall comply with all current OSHA, EPA, US Army Corps of Engineers Safety and Health Requirements Manual and other regulations in performing work under this contract. The contractor will be required to comply with all security requirements outlined in the SOW. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. Length of Response: no more than 10 pages Please provide your response to the following questions: Please provide company�s name, address, point of contact, phone number, e-mail address, and governmental CAGE code and SAM UEI number, if applicable. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you provided services similar in nature, complexity, and magnitude to this project within the past 5 years? Demonstrate your capability to successfully execute contracts of similar nature by providing a minimum of three examples of similar previous projects performed within the last 5 years.� For each prior project, please provide the customer�s name, timeliness of performance, type of work, and dollar value of the project. Please also include the percentage and type of work that was self-performed. Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is your bonding capacity per contract? What is your total bonding capacity? This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request.� No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please identify your company�s status as either a small or large business. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically via email to Amy Herrera Coody at Amy.H.Coody@usace.army.mil cc�d Stormie Wicks at� Stormie.B.Wicks@usace.army.mil. The responses to this Sources Sought must be submitted no later than 2:00 PM EST 22 JULY 2022 via email to Amy Herrera Coody at Amy.H.Coody@usace.army.mil cc�d Stormie Wicks at Stormie.B.Wicks@usace.army.mil. The official synopsis citing the solicitation number will be issued on SAM.gov. Subject Solicitation will be advertised via Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil). All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da33e7656bfc4ae7b7b73a06b6eae0c2/view)
 
Place of Performance
Address: Covington, VA, USA
Country: USA
 
Record
SN06383297-F 20220710/220708230109 (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.