Power Plant and Battery Maint Service
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a firm-fixed price (FFP)contract to procure preventative maintenance to include: Battery maintenance, visual inspec... THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a firm-fixed price (FFP)contract to procure preventative maintenance to include: Battery maintenance, visual inspections of all power systems, voltage readings, temperature readings, charging of batteries (float, equalizing), rectifier and all power equipment (main power board, rectifiers, inverters), Alarming Conditions, Internal Resistance Reporting, Battery Discharge Testing, Electrolyte Levels and Electrolyte renewal, Specific Gravity Readings, General Care, Record keeping of all testing completed for all of JBLM NEC & YTC NEC. Also to provide recommended replacement of charging systems to include batteries as required.The Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 811219 Other Electronic and Precision Equipment Repair and Maintenance, with a size standard of $6,500,000.00. All companies must be registered with System for Award Management (SAM) (https://www.sam.gov). The anticipated delivery date is 30 Days After Date of Contract. In response to this sources sought, the Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information: 1. Capability statement should include your firm's general background, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. 2. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. 3. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 4. Identify whether your firm is interested in competing for this requirement. 5. Information in sufficient detail on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 6. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7. Identify how the Government can best structure these contract requirement to facilitate competition, including competition among small business concerns. 8. Recommendations to improve the Army's approach to acquiring the identified equipment. Responses to this Sources Sought should be submitted electronically, via email, to Mrs. Amy A. Wooldridge, at amy.a.wooldridge.civ@mail.mil no later than 3:00 p.m. PST on Wednesday, 03 July 2019. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to Mrs. Wooldridge via email by 1:00 p.m. PST on 01 July 2019. No phone call or e-mail inquiries regarding the status of any resulting solicitation will be accepted prior to its release.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »