Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

99 -- RFI/Synopsis - MAHC Elevator Maintenance & Repair

Notice Date
7/10/2023 7:54:08 AM
 
Notice Type
Special Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
 
ZIP Code
29207-5490
 
Solicitation Number
W9124C-23-RFI-MAHC
 
Response Due
7/14/2023 9:00:00 AM
 
Archive Date
07/29/2023
 
Point of Contact
Jason Fronden, Cheryl Todd
 
E-Mail Address
jason.m.fronden.civ@army.mil, cheryl.m.todd.civ@army.mil
(jason.m.fronden.civ@army.mil, cheryl.m.todd.civ@army.mil)
 
Description
REQUEST FOR INFORMATION / SYNOPSIS THIS IS A Request for Information/Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for to provide full maintenance of seven elevators in Building 4500, for Moncrief Army Health Clinic (MAHC) Fort Jackson, South Carolina on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support consideration for a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, 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 concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside, and include certification on meeting any limitations on subcontracting. The purpose of this sources sought is to determine the commercial practice of providing maintenance and repair to elevators currently being installed by a third party. The proposed contract action is sole source award of a Firm-Fixed Price (FFP) contract to ESA South, INC., 1681 Success Dr, Cantonment, FL 32533 for continued support to the Moncrief Army Heath Clinic, Fort Jackson, SC for complete maintenance coverage including examinations, cleaning, painting, lubrication, adjusting, parts replacement, repairs and testing on all parts of the elevator equipment including, but not limited to, machines, worms, gears, thrust bearings, drive sheaves, sheave bearings, brake pulleys, brakes, brake coils, linings, rope grippers, motors, SCR, VVVFD, hydraulic power units, hydraulic pumps and valves, silencers, mufflers, controllers, selectors, relays, contactors, solid state devices, transformers, resistors and all related control equipment during installation of seven (7) new elevators throughout the building. Currently, there are ten (10) elevators located in the MAHC building; seven (7) of those elevators are being replaced with new units.� Currently, those seven (7) elevators are physically wired together and into the same controller.� The contractor responsible for the installation will disconnect elevators in pairs of two (2) for installation. The remaining five (5) elevators will be disconnected, and wiring bypassed to ensure continued operation of those five.� Those five elevators will require continued preventive maintenance and repair.� The purpose of this sources sought is to determine the commercial practice of providing maintenance and repair to elevators currently being installed, and if there are any liability issues or concerns with providing preventive maintenance and repair to the five elevators that have been disconnected and wiring bypassed to ensure continued operation during times of installation of any given pair. For example, seven elevators are wired together; elevators 2 & 5 will be taken offline for replacement, therefore wiring will be bypassed/rerouted so that elevators 3, 4, 6, 7, & 8 will continue to run and will require continued maintenance and repair.� The Government seeks to understand industry practice on providing maintenance and repair to elevators that are being replaced by another party. The statutory authority for the sole source procurement is FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements.� This notice 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 request for information/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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor Sam.gov for additional information pertaining to this requirement.� The NAICS code(s) is 238290 Other Building Equipment Contractors with a size standard of $22M. In response to this source sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 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 to help understand industry practice on providing maintenance and repair to elevators that are physically wired to each other throughout the building that has been bypassed or re-routed to take only two offline as well as any liability concerns for providing maintenance and repair to elevators that are being replaced by a third party. 4.� 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.� 5.� Identify how the Government can best structure these contract requirements to facilitate competition, including competition among small business concerns, if interested in providing maintenance and repair services for elevators currently being replaced by a third party. 6.� Any inspection requirements prior to working on an elevator that has been re-wired/bypassed while two of the seven are being replaced. 7.� Identify any condition or action that may have 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 Sam.gov notice or as stated below.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Responses to this notice will assist the government in identifying potential sources and determining if a sole source or competitive procurement is appropriate; assist in determining industry standard practice related to this concern; and assist in determining whether set-aside of the solicitation is appropriate, if competitive in nature. Statement of Capability should be submitted no later than Friday, 14 July 2023 at 12:00PM EST. The response information should be electronically mailed to Jason M. Fronden, Contracting Officer, at email:� jason.m.fronden.civ@mail.mil, and Ms. Cheryl M. Todd, Director at email:� cheryl.m.todd.civ@army.mil, at the Mission Installation Contracting Command Center (MICC), Fort Jackson, SC. Any questions can be directed to POCs stated above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcab1eb233c9431fb0551b53bb2e76dc/view)
 
Place of Performance
Address: Columbia, SC 29207, USA
Zip Code: 29207
Country: USA
 
Record
SN06741744-F 20230712/230710230045 (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.