Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOURCES SOUGHT

W -- Bottleless Water Filter Cooler

Notice Date
7/23/2025 2:06:12 PM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
DITCO-PAC PEARL HARBOR HI 96860-5815 USA
 
ZIP Code
96860-5815
 
Solicitation Number
HC109125PS70103
 
Response Due
7/29/2025 5:00:00 PM
 
Archive Date
08/13/2025
 
Point of Contact
Jon Higgins, Phone: 8087869349, Gwendolyn M. Rapoza
 
E-Mail Address
jon.d.higgins2.civ@mail.mil, gwendolyn.m.rapoza.civ@mail.mil
(jon.d.higgins2.civ@mail.mil, gwendolyn.m.rapoza.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Information Systems Agency (DISA) Procurement Services Directorate (PSD)/Defense Information Technology Contracting Organization Pacific (DITCO PAC) is seeking sources for a bottleless water filter cooler with a 4-year lease for DITCO Pacific, Pearl Harbor, HI. INTRODUCTION: This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and services. The DISA PSD/DITCO PAC is seeking information from potential sources for: bottleless water filter cooler with a 4-year lease. Performance requirements are as follows. 6. Performance Requirements. 6.1 Provide and install bottleless water cooler system. 6.1.1 The Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, staging, and other incidentals necessary to meet the requirements as stated in this PWS. All equipment, supplies, and materials provided shall be new and not refurbished. Used, reworked, or refurbished products are not acceptable. Freestanding unit will provide hot, cold, and ambient filtered water. Unit will provide ice from filtered water. 6.1.2 The contractor shall deliver equipment on site, physically install, and integrate new bottleless water cooler filter system into client space. 6.1.2.1 Position and mount bottleless water cooler system and components. 6.1.3 The contractor will replace the existing supply and return pipelines with new supply and return pipelines, using food grade tubing. Ensure proper supply and draining from unit. Install emergency shut off valve. 6.1.3.1 Ensure system connectivity and operability specific to design criteria of the bottleless water filter system. 6.1.4 Provide brochure showing the proposed unit and other applicable literature specifying features of the unit. 6.2 Equipment survey and job plan. 6.2.1 The contractor shall develop a plan to accomplish all the tasks identified in the PWS. The contractor will replace/repair any damage to the surrounding area caused by any work done identified in the PWS. 6.3 Clean-up. 6.3.1 Dispose of excess items or replaced items. Contractor will clean the work area when done. 6.4 Testing. 6.4.1 The contractor will be required to test the bottleless water cooler system to ensure there are not any leaks. The contractor will conduct a test of the bottleless water cooler system to ensure all aspects of work completed is working in acceptable order. 6.4.1.1 Configure, install, and calibrate bottleless water cooler system per design specification. 6.4.1.2 Power up, test bottleless water cooler system performance to ensure scoped full functionality and operation. 6.4.1.3 Demonstrate the bottleless water cooler system is fully functional. 6.4.1.4 6-point post installation inspection. 6.5 Preventative Maintenance and Repair Service Calls. The contractor shall provide a preventative maintenance schedule. The maintenance schedule shall include changing out the water filter bi-annually, at minimum, along with any other preventative maintenance as needed. The contractor shall respond to customer calls of machine malfunction within 24 hours. The repairs shall be made within a timely manner. 6.6 Applicable Standards and Guidelines. 6.6.1 The Contractor shall comply with current commercial best practices, Occupational Safety and Health Administration requirements and fire and electrical safety guidelines. 6.6.2 All work shall be done in accordance with the latest version(s) and/or edition(s) of the following applicable codes and standards: � National Electrical Code (NEC, NFPA 70) � National Fire Protection Association (NFPA) � Standard for Electrical Safety in the Workplace (NFPA 70E) � National Electrical Testing Association (NETA) � International Building Code (IBC) � Unified Facilities Criteria (UFC) � Institute of Electrical and Electronics Engineers (IEEE) � American Society for Testing and Materials (ASTM) � American National Standards Institute (ANSI) � Architectural Barriers Act (ABA), Americans with Disabilities Act (ADA) and Architectural Barriers Act Accessibility Guidelines � NFPA 101 Life Safety Code Handbook � NFPA 1 Uniform Fire Code � TIA-596-B Commercial Building Standards for Telecommunications Pathways and Spaces 6.6.3 All products shall meet or exceed all applicable American National Standards Institute (ANSI)/ Business and Institutional Furniture Manufacturer�s Association (BIFMA) performance standards. 6.6.4 Warranty. All products shall have a warranty covering all materials and workmanship for the duration of the lease. The Contractor will repair water cooler system if it breaks. If repair is not possible the contractor will provide a working unit. The anticipated Period of Performance: Installation: Date of Award to 26 September 2025. Lease: One-year base period plus three one-year option periods. The anticipated Place of Performance is DITCO PAC, Building 77, Room 129, Ford Island, Pearl Harbor, HI DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: DITCO-PAC has been leasing its current bottleless water cooler on an annual basis using a Government Purchase Card (GPC) since September 2017. DITCO PAC is looking for a more efficient way to lease the bottleless water system on a longer basis through a contract. Contract Number: N/A Contract Vehicle: Government Purchase Card (GPC) Incumbent and their size: Hawaiian Cool Water LLC Method of previous acquisition: micropurchase/GPC Period of performance: annual lease REQUIRED CAPABILITIES: DITCO PAC requires a freestanding bottleless water filter cooler that dispenses ice, hot, cold, and ambient water. Describe and provide literature of proposed model meeting the requirement stated above. All contractors and subcontractors shall have adequate experience in their respective areas of expertise within the environment of a high availability/reliability facility. Describe your company�s experience with this. DITCO PAC requires the contractor to respond to customer calls of machine malfunctions within 24 hours and to make repairs within a timely manner. Describe how your company will be able to meet these timeframes. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 333415 with the corresponding size standard of 1,250 employees. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use partnering. Please outline the company's areas of expertise and those of any proposed partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Small Business Socio-economic status (if small); CAGE Code; Prime contract vehicles held; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups or pools), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email NLT 2:00 PM Hawaii Standard Time (HST) on July 29, 2025 to Jon Higgins, Jr., jon.d.higgins2.civ@mail.mil and Gwendolyn Rapoza, Gwendolyn.m.rapoza.civ@mail.mil . Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the ability to perform the services listed under Required Capabilities. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. All submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cd57f51bf334531945f92e352581d1a/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07521809-F 20250725/250723230055 (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.