On-Site Maintenance for Power Distribution Unit (PDU) Liebert Preventative maintenance
Sources Sought
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements for on-site Preventive Maintenance inspections and emergency maintenance for Sitescan systems and Power Distribution Units (PDU's) for Liebert Equipment, supporting the Air Force 88th Communication Group (CG) at Wright Patterson AFB, OH.
CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet 88th CG requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 88th CG is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought.
INSTRUCTIONS:
•1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities.
•2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).
•3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.
•4. Questions relative to this market survey should be addressed via email to Matthew Switala (AFLCMC/PZITA), matthew.switala@us.af.mil. Verbal questions will NOT be accepted.
PROGRAM DESCRIPTION
This requirement is for on-site preventative maintenance for SITESCAN and Power Distribution Unit (PDU's) preventive maintenance inspection and emergency maintenance on existing Liebert equipment. Maintenance is to include on-site service at Wright-Patterson AFB, OH in Bldgs 20676, 10271, 10262, and 2001. Coverage will be for one base year with four additional optional years of coverage with a period of performance (POP) from 01 Sept 2018 - 31 Aug 2019 for the base year.
REQUIREMENTS
•A. Description of On-site Service (Ref Performance Work Statement dated 17 July 2018)
•B. Must be certified to service the following Liebert equipment:
Model #
PDU
Serial #
EXC10011
20676-PDU#11_01
M12KKE0005
EXC10011
20676-PDU#19_01
M12KKE0004
EXC10011
20676-PDU#20_01
693206-001
EXC10011
10271-PDU01_01
M09HKE0007
EXC20021
20676-PDU#29_01
M01MKE0044
PPA050C
20676-PDU#0
M07H090106
PPA075C
20676-PDU#2
M07H090122
PPA075C
20676-PDU#8
M07H090139
PPA075C
20676-PDU#9
M07H090138
PPA075C
20676-PDU#11
M07H090121
PPA075C
20676-PDU#19
532889-001
PPA075C
20676-PDU#29
M07H090137
PPA075C
10271-PDU02 LABEL
M09H090020
PPA075C
10271-PDU03 LABEL
M09H090023
PPA075C
10262-PDU01
M08G090041
PPA100C
10271-PDU01 LABEL
M09H09005
PPA125C
20676-PDU#30
M08K090265
PPA125C
Leibert PDU_BQ31
M15F090038
PPA125C
Leibert PDU_BQ45
M15F090037
PPA150C
20676-PDU#20
693206-008
RDC441SP15
20016-RDC01 LABEL
D08J7M0001
CONTRACTOR CAPABILITY SURVEY
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming or joint venture partners:
•· Company/Institute Name:
•· Address:
•· Point of Contact:
•· CAGE Code:
•· Phone Number:
•· E-mail Address:
•· Web Page URL:
•· Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219 (Other Electronic and Precision Equipment Repair and Maintenance, $20.5M
•· Based on the above NAICS Code, state whether your company is:
•o Small Business (Yes / No)
•o Small Disadvantaged Business (Yes / No)
•o Woman Owned Small Business (Yes / No)
•o Economically Disadvantaged Woman Owned Small Business (Yes / No)
•o Graduation Date for 8(a) Certified (Yes / No)
•o HUBZone Certified (Yes / No)
•o Veteran Owned Small Business (Yes / No)
•o Service Disabled Veteran Small Business (Yes / No)
*All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.
•· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
•· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.
•· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice.
-FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government
(Sept 2006)
-FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality
Agreements or Statements (Jan 2017)
-FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011)
-FAR 52.204-7, System for Award Management (Oct 2016)
-FAR 52.209-5, Certification Regarding Responsibility Matters (Oct 2015)
-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data
Other Than Certified Cost or Pricing Data (Oct 2010)
-FAR 52.217-8, Option to Extend Services (Nov 1999)
-FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)
-FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997)
-FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013)
-FAR 52.232-18, Availability of Funds (Apr 1984)
-FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
-FAR 52.233-2, Service of Protest (Sept 2006)
-FAR 52.242-13, Bankruptcy (Jul 1995)
-FAR 52.247-34, F.O.B. Destination (Nov 1991)
-FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
-FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
-FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984)
-FAR 52.252-6, Authorized Deviations in Clause (Apr 1984)
-DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991)
-DFARS 252.203-7002, Requirement to inform Employees of Whistleblower
Rights (Sept 2013)
DFARS 252.204-7003, Control of Government Personnel Work Product
(Apr 1992)
-DFARS 252.209-7004, Subcontracting with Firms That Are Owned or -Controlled by the Government of a Terrorist Country (Oct 2015)
-DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Aug 2016)
-DFARS 252.225-7048, Export Controlled Items (June 2013)
-DFARS 252.237-7023, Continuation of Essential Contractor Services (Oct 2010)
-DFARS 252.237-7024, Notice of Continuation of Essential Contractor Services
(Oct 2010)
-AFFARS 5352.201-9101, Ombudsman (Jun 2016)
-AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting
Substances (ODS) (Nov 2012)
- AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012)
-AFLCMC/PZIO H002, Delivery Procedures Commercial Vehicles
-STMNT NBR 12, Antiterrorism (AT) Awareness Training
ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort:
No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011) ... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.
If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
ATTENTION all potential respondents:
The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract maybe based off a brand name.
Part II. Capability Survey Questions
•1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database.
•2. Describe briefly the capabilities of the nature of the services you provide.
•3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).
•4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?
•5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.
If your company is interested, e-mail your responses to matthew.switala@us.af.mil. E-mail responses should be received no later than 14 days after the issuance of this notice. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, you may mail an original signed copy of your response, on or before the same date, to:
AFLCMC/PZIOAC, Bldg. 16, Room 128
Attn: Matthew Switala
2275 D Street Building 16, Room 128
Wright-Patterson AFB OH 45433-5344
(937) 656-7450
RESPONSE FORMAT INSTRUCTIONS:
Be advised that all correspondence sent via e-mail shall contain a subject line that reads "PDU Maintenance". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to email.
Responses are limited to ten (10) pages and may be submitted electronically to the following email address: matthew.switala@us.af.mil
RESPONSE DUE DATE:
Responses are due no later than 10:00 am, EST. Monday, 23 July 2018 and should be sent to: matthew.switala@us.af.mil
Matthew Switala, Contract Negotiator, Phone 9376567450, Email matthew.switala@us.af.mil