SOURCES SOUGHT
Z -- MSC Building Maintenance Support
- Notice Date
- 5/18/2023 8:51:42 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- MSC NORFOLK NORFOLK VA 23511-2313 USA
- ZIP Code
- 23511-2313
- Solicitation Number
- N3220523Q2109
- Response Due
- 5/31/2023 8:00:00 AM
- Point of Contact
- Kyanee McAllister, Phone: 7574432901, Alvinia Jenkins, Phone: 7574435881
- E-Mail Address
-
kyanee.t.mcallister@navy.mil, alvinia.r.jenkins.civ@us.navy.mil
(kyanee.t.mcallister@navy.mil, alvinia.r.jenkins.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE ISNOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. ALL DOCUMENTS ARE DRAFT AT THIS TIME AND COULD CHANGE SUBSTANTIALLY IF AN OFFICAL REQUEST FOR PROPOSAL IS ISSUED. Military Sealift Command (MSC) requires qualified personnel, equipment, supplies, and services necessary to provide basic, general, emergency, preventative, predictive, and other facilities maintenance related functions in support of MSC�s various locations and all related functions as defined in this PWS. The Contractor shall perform to the standards in this PWS and the resulting contract. The Contractor shall perform all related services necessary to carry out the provisions of this contract, including quality control and maintenance of accurate and complete records.�The Contractor shall provide an effective, accessible, responsive, and high-quality facilities utility and maintenance team to support MSC facilities in multiple locations. The Contractor shall perform all related services necessary to carry out the provisions of this contract, including quality control and maintenance of accurate and complete records. The attached PWS is a draft of the PWS that may be included in this proposed future contract.� Information Requested In order to understand and receive feedback from the industry, the following questions/comments are posed: 1.����������� Description of the companies work history to include type of repair actions, i.e. HVAC, electrical, plumbing, carpentry. 2.����������� What type of on-site management skills do you look for/require? 3.����������� What if any do you feel is out of the range of the companies abilities when it comes to repair actions? 4.� � � � � ��Is your company capable of completing all services to the listed locations in the (draft) PWS? 5.� � � � � ��Please provide any suggestions or improvements to the PWS and/or products that could result in savings or efficiencies for both industry and the Government? 6.� � � � � �Capability statements shall include the following: Name of Company, Point of Contact Name, phone number and emaiil address, (UEI) Unique Entity ID number, company business size (i.e., other than small business or small business and applicable, Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc.) 7.� � � � � �Any prior work or contract with government entities. Responses to this request shall be submitted using only either the Portable Document Format (PDF) or Microsoft Word via email to Kyanee McAllister, Kyanee.t.mcallister@navy.mil and Alvinia Jenkins atalvinia.r.jenkins.civ@us.navy.mil no later than by 31 May 2023 at 11:00AM Local Time, Norfolk, VA. This will be a 8(a) Set-Aside (FAR 19.8). Please note, during this time the government is unable to provide direct responses to questions received in response to this RFI. However, due consideration will be given to all feedback and anyfeedback received may be used to revise the requirements. This is not arequest for proposals, and no contract will be awarded as result toresponses received.This announcement is for market research and planning purpose only. This is not a solicitation and no contract will be awarded from this announcement. This announcement is not constructed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/317eab1a671147729499778ccc801fe4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06688021-F 20230520/230519212002 (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 |