The RFP Database
New business relationships start here

Source Sought for Waste Water Treatment Facility


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

Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently conducting preliminary planning market research to determine commercial market practices and the existence of viable commercial sources capable of preforming preventive maintenance of identified system components as defined in this PWS at JBLM.

Description of Services: The contractor shall plan, program, administer, manage, and execute the work necessary to provide the specified services and maintenances for the anaerobic digester gas treatment system ("digester gas"), including two (2) vessels with iron sponge media, controls and sensors; see Technical Exhibit (TE) 1. The contractor shall provide personnel, management, equipment, tools, transportation, and other items and, necessary to perform preventive maintenance of identified system components as defined in this Performance Work Statement at Joint Base Lewis Mc Chord, WA.


This service will include, but not limited to: preventive maintenance (parts lubricated; motors and pumps alignments; electrical terminal tightness; check for leaks; instruments calibration, if needed; inspection and test of the gauges; gauges and valves calibration and certifications; gas burner inspection and maintenance; and any other preventive maintenance no mentioned in this document) and corrective maintenance (the repair of faulty instruments or components founded during the service visit) and the service all due to emergency situation, like a sudden shutdown; Hydrogen Sulfide (H2S) gases levels suddenly sky rocking, or any discrepancy authorized by the contracting officer (CO) and/or the contracting officer representative (COR).The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform this service as defined in the attached Performance Work Statement and Technical Exhibit provide except for those items specified as government furnished property and services.


The anticipated period of performance for this requirement is one base year with the possibility of up to two (2) one-year option periods.



MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the services with relevant experience in all of the functional areas mentioned in the description of services. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation.


Disclaimer: This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government reserves the right to determine how it should proceed as a result of this notice.


In accordance with 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 (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-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.


Please submit your response to this Sources Sought Notice no later than April 14, 2017 by 11:00AM (PST) via e-mail to john.e.miller.civ@mail.mil.


Note: As a vendor please provide the following below:


MARKET RESEARCH QUESTIONNAIRE


Respondents shall submit a capability statement demonstrating their experience in managing this type of service. Capability statements are for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following:


Company Name:


Cage Code / DUNS Number:


Company Point of Contact:
Position:
Phone:
Email:


Company Physical Address:


 


NOTE: Responses will not be published outside the MICC JBLM office; however the information received will be used as a tool for the upcoming acquisition.



1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate all applicable programs.


[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HubZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Economically-Disadvantaged Women-Owned Small Business (EDWOSB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service-Disabled Veteran-Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran-Owned Small Business
[ ] yes [ ] no - Other



2. Does your firm have relevant experience in providing the services as outlined in this notification and the Performance Work Statement?


[ ] yes [ ] no



3. Is your firm currently registered in System for Award Management (SAM)?


[ ] yes [ ] no



4. This requirement will be offered under NAICS Code, 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, Size Standard $7.5 million Is your firm affiliated with this NAICS Code in SAM?


[ ] yes [ ] no



5. Is your company capable of providing a competitive proposal within 30 days of solicitation notification?



6. Is there any information that the Government could provide in addition to the information in the performance work statement and associated documents that would assist you in building your price proposal?



7. Do you have any recommended revisions to the performance work statement and / or associated documents?



8. Please feel free to provide any additional feedback that you feel is relevant (e.g., problems or issues encountered with similar solicitations or contracts, etc.).


Note:52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997)(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of conducting preliminary planning market research to determine commercial market practices for performing this service requirement.
(End of Provision


 


John Miller, Purchasing Agent, Phone 2539663531, Email john.e.miller.civ@mail.mil - Thomas R. Williams, Contracting Officer, Phone 2539663486, Email thomas.r.williams60.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP