Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

J -- Backflow Preventer Assembly Maintenace

Notice Date
2/16/2023 8:03:11 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMCC23P000004291
 
Response Due
3/3/2023 3:00:00 PM
 
Point of Contact
Lauren Gatlin, Phone: 2539687892, Jason D. McCormick
 
E-Mail Address
lauren.gatlin.civ@army.mil, jason.d.mccormick4.civ@army.mil
(lauren.gatlin.civ@army.mil, jason.d.mccormick4.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Backflow Preventer Assembly Maintenance on a Small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice�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 concerns), to identify their capabilities in meeting the requirement at a fair market price. 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is: 238220 Plumbing, Heating, and Air Conditioning Contractors with a size standard of $19 million. A need is anticipated for backflow preventer (BPF) [MJDCUAM(1]�assembly maintenance services by providing routine maintenance.�Routine maintenance shall include the inspection, testing, and certification of BFP assemblies acknowledged in JBLM�s BFP inventory. BFP maintenance shall be performed in accordance with Washington State Department of Labor & Industries (L&I) Labor & Industries (L&I), Washington State, Washington State Department of Health Safe Drinking Water Act The Office of Drinking Water (overview) | Washington State Department of Health, American Water Works Association (AWWA) M14 Backflow Prevention and Cross-Connection Control V Home | American Water Works Association (awwa.org), and the Manual of Cross-Connection Control by the University of Southern California, 10th Edition CCCPH (ca.gov) Personnel performing work under this contract shall possess the following Washington State certifications / licenses[MJDCUAM(2]�: a. Backflow Assembly Tester (BAT) b. Journeyman Plumber c. L&I Plumber. Attached are the draft Performance Work Statement (PWS) and Technical Exhibits 1, 2,3, and 4. In response to this sources sought notice, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI) number, Commercial and Government Entity (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 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. The Contractor shall ensure all Contractor�s employees and associated subcontractors are certified or licensed in the specific areas required by the State of Washington. 4. Information to help determine if the requirement service 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 Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015[MJDCUAM(3]�, 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/draft PWS/PRS to acquiring the identified services. Attachments: Attachment-1_ PWS Attachment-2_ Technical Exhibits 1, 2,3, and 4 �[MJDCUAM(1]Add (BFP) after if going to use the acronym throughout the document �[MJDCUAM(2]Add Backflow Assembly Tester (BAT) b.������������ Journeyman Plumber c.������������ L&I Plumber �[MJDCUAM(3]Verify this information
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92c94d0d66184d03bfd66bc33fcffc35/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06594548-F 20230218/230216230119 (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.