The RFP Database
New business relationships start here

Market Research for Overhead Door System Maintenance and Repairs


Colorado, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 SOURCES SOUGHT SYNOPSIS
OVERHEAD DOORS MAINTENANCE


THIS SOURCES SOUGHT (SS) SYNOPSIS 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


The 460 CONF/PKA Contracting Flight at Buckley AFB, CO is conducting preliminary planning market research to obtain information from potential and eligible contractors for contemplated award of purchase order for the 460th Civil Engineering Squadron. This contracting effort will be subject to the availability of funds. The anticipated requirement is to provide Overhead Door System Maintenance and Repairs services at Buckley Air Force Base (BAFB). The contractor shall provide all personnel, labor, equipment, supplies, tools, travel costs, materials, vehicles, supervision, and other items and services necessary to provide semi-annual inspection, maintenance, and routine/emergency repair for systems located on BAFB. Locations, quantities and types of systems are listed in Appendix A. The contractor's performance will be based on the Contracting Officer's (CO) evaluation and Contracting Officer's designated Representative (COR) (Quality Assurance Personnel) and of the results required by the Service Summary and not the frequency or method of performance. It is at the contractor's discretion to determine the levels of frequencies to attain the level of service at the best value. The evaluation of results will be based on COR performance assessment, tenant satisfaction, and customer complaints. Final results of the evaluations will be the determining factor for the success or failure of this anticipated contracting effort. The contractor shall comply with applicable Federal, regional, State, and local laws and commercial standards.


The NAICS code is 238290 - Other Building Equipment Contractors with a corresponding small business size standard of $15 million.


In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices.


It is the contractor's responsibility to ensure that all work is performed is IAW all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters.


Attached is the Draft Performance Work Statement (PWS) outlining the minimum requirements for the required service. Work will be provided under firm-fixed-price (FFP) contract. Interested contractors should have a successful history of relevant experience associated with Overhead Door System Maintenance and Repairs. The anticipated contracting opportunity shall be for one (1) 12-month base period and four (4) 12-month option periods.
The responsible Contractors should submit a capability statement demonstrating their relevant experience. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following:


1. Full name of your firm, address, point of contact, point of contact phone number and email address.


2. Commercial and Government Entity (CAGE) Code.


3. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned).


4. Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses.


5. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities.


THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates.


Interested Contractors shall submit responses no later than 5:00 p.m. Mountain Date Time (MST) on 23 August 2019 via e-mail to the Contract Specialist, Octavia Gregory, at octavia.gregory@us.af.mil. Telephone requests for technical information will not be honored.


 


Octavia E. Gregory, Contract Specialist, Phone 7208476971, Email octavia.gregory@us.af.mil - Damaris Raffaeli, 460 CONF/PKB Team Lead, Phone 7208476447, Email damaris.raffaeli@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP