FA448419ElevatorRepair
This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicita... This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources for a specific set-aside(s) for the solicitation, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned. The 87th Contracting Squadron (87 CONS) - Joint Base McGuire-Dix-Lakehurst (MDL), NJ is conducting market research to determine the existence of interested small business sources for North American Industry Classification System (NAICS) Code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard is $7.5M. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a new requirement for a single award, requirements type construction contract which will result in a broad range of maintenance, repairs, and minor construction. Offerors shall include prices for each item listed in order to evaluate proposals properly (Only necessary at the time formal proposals are due). The Existing elevator is a Montgomery model 411H, the contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to repair elevator, provide and install new equipment and rehab elevator cab to meet all of the following requirements: Replace existing elevator controller and related components with new, Serial Link Controller, landing system, etc. Existing elevator control is model H-800. Replace existing Elevator Pumping Unit and tank with new. Replace existing fixtures with new. Hall Push buttons, digital position indicator, car operating panel, car wall panels, car floor, car ceiling and lighting, etc. Replace existing door operators with new. Tracks, Rollers, clutch, limit and stop switches, etc. SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement for the 87 CONS for Joint Base McGuire-Dix-Lakehurst. 1. All interested parties are invited to respond and prospective contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov/ before award of a government contract 2. Company name, address, point of contact (poc), phone number, and POC email address; 3. DUNS Number and CAGE Code; 4. Company's Business size and Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s). Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees. 5. Socioeconomic statuses (Small Business, Emerging Small Business, SBA Certified 8(a) Program Participant, SBA HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business) as applicable. 6. Past performance examples for this category of work to include procuring agency, location, dollar amount at project completion (to include the number/value of modifications), whether work was done as a prime contractor, type of contract (fixed price, cost reimbursement, labor hour, etc.) PRIMARY POINT OF CONTACT (POC) 87 CONS / LGCB CONTRACT SPECIALIST SSgt Guy Cholmondeley Guy.cholmondeley@us.af.mil 87 CONS / LGCB CONTRACTING OFFICER Ms. Wanda Wilson Wanda.Wilson.1@us.af.mil 87 CONS / LGCB FLIGHT CHIEF Ms. Dana DEYAMPERT Dana.Deyampert@us.af.mil Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than Wednesday, 24 April 2019 at 4:00 p.m. EST. This RFI notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »