Automatic Door Service
Product or Service Code. Z1AZ Proposed Solicitation Number. W9115119Q0123 This is pre-solicitation synopsis announcement. It is a follow-up to a previously posted (sources sought) special notice under... Product or Service Code. Z1AZ Proposed Solicitation Number. W9115119Q0123 This is pre-solicitation synopsis announcement. It is a follow-up to a previously posted (sources sought) special notice under previous solicitation/reference #W9115119B0001 on 28 January 2019. At this time, please do not send and Offers/Quotes/Proposals in response to this posting until the final Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) solicitation, technical exhibits, and attachments are uploaded to this announcement for industry to review complete and submit as a complete quote. The Mission and Installation Contracting Command - Fort Hood, Texas (MICC-FH) on behalf of the United States Government has a requirement for a Small Business to provide preventive maintenance and repair work for automatic sliding doors and automatic push button swing doors on the Fort Hood, TX installation. This is a Commercial Requirement, thus FAR Part 12 Acquisition of Commercial Item policies will be adhered to. The Government anticipates posting a Request for Quote (RFQ) in accordance with Simplified Acquisition Procedures outlined in FAR Part 13. The CLIN structure may consist of a combination of Firm Fixed Priced (FFP) and Firm Fixed Priced - Not to exceed (FFP - NTE) CLINs. FFP CLINS shall be incorporated for routine preventive Automatic Door services that occur on a scheduled (i.e. monthly, semi-annual, or annual) basis. FFP-NTE CLINs shall be incorporated for proposed unscheduled repair work that is approved by the Government. Elements of the service. This is a non-personal services contract to provide Automatic Doors preventive maintenance (PM) services in support of the Directorate of Public Works - Fort Hood (DPW-FH). The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide personnel, management, and any other items and services, not identified as Government furnished, necessary to perform the automatic doors PM. Performance Requirements. The performance requirements are outlined in the PWS and a summary is as follows: The Contractor shall perform all work necessary to service and restore malfunctioning Automatic Doors to satisfactory operating condition as a part of the monthly performance under the terms of this contract. Key performance requirements consist of the contractor providing preventive maintenance, performing eligible repairs, and conducting eligible part and door replacements. Periodic Inspections, Testing, and Certifications. Contractors are required to conduct periodic inspections, testing, and certifications during the intervals described in the PWS. Service support. This contract encompasses approximately 129 automatic doors located in approximately 34 facilities throughout the Fort Hood Installation. Facilities where these automatic doors are located may include headquarter buildings, office buildings, gyms, and retail establishments within the Fort Hood Installation. Due to the nature of this requirement, buildings with automatic doors may be added or removed from this contract due to construction of new facilities, renovation of existing facilities, or demolition of facilities. The Requiring Activity anticipates that this service requirement will not exceed 150 automatic doors over the course of the follow-on contract. Period of Performance. Contract Base year period of performance (PoP) will begin on 1 JUL 2019 and conclude on 30 JUN 2020. Providing that all options are exercised, the period of performance will end on 30 JUN 2024. The period of performances are as follows: Base Period 1 Jul 2019 - 30 Jun 2020 Option Period I 1 Jul 2020 - 30 Jun 2021 Option Period II 1 Jul 2021 - 30 Jun 2022 Option Period III 1 Jul 2022 - 30 Jun 2023 Option Period IV 1 Jul 2023 - 30 Jun 2024 Unique requirements: Unique requirements of this follow-on endeavor consist of compliance with the following industry standards: American National Standards Institute (ANSI)\ Builders Hardware Manufacturers Association (BHMA) A156.10 ANSI/BHMA A156.19 National Fire Prevention Agency (NFPA) 80 Industry' standards and recommendations Technical Exhibit A within the PWS Place of Contract Performance. The work to be performed under this contract shall be performed at Fort Hood, Texas which consists of the main cantonment, West Fort Hood and North Fort Hood areas. Geographic and location circumstances. Fort Hood is located approximately 60 miles north of Austin and 50 miles south of Waco, Texas. The main cantonment area is approximately 20 miles west of interstate Highway 35 at Belton, Texas, and adjacent to Killeen, Texas. West Fort Hood is immediately adjacent to the main cantonment and North Fort Hood is approximately 25 miles north of the main cantonment. Maps of the main cantonment, West Fort Hood and North Fort Hood will be provided after contract award. The contractor shall furnish all personnel, equipment, facilities, supplies, services and materials, except as specified herein as government-furnished, for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services through the DPM. Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Number (CLIN) items. At this time, this Request for Quote (RFQ) requirement is anticipated to be a 100% for the Small Business program "ONLY". NOTE: Electronic offers (via email) will not be accepted. Offers are to submit proposals via the United States Postal Service (USPS) or Commercial Carrier and shall be addressed as follows: Mission and Installation Contracting Command - Fort Hood (MICC-FH) W9115119Q0123 ATTN: Perry J. Cannon Shoemaker Center 36000 Darnall Loop, Room 1300B Fort Hood, Texas 76544-5095. Offerors shall also provide a compact disc (CD) version with their proposal. This acquisition will be issued under the North American Industry Classification System (NAICS) is 238290 - Other Building Equipment Manufacturers. The size standard is $15 Million. The anticipated performance period is a five year single award contract which shall be a one (1) year base and four (4) option years. The anticipated contract type is Firm Fixed Price (FFP) with the inclusion of FFP Not to Exceed (NTE) CLINS for acceptable unscheduled work proposals that are approved by the Government. NOTE: Anticipated Award date is to be determined (TBD). The anticipated solicitation issue date for this requirement is estimated for 8 May 2019 with an estimated response/closing date of 7 June 2019 @ 4:30 PM Central Time. Offerors are encouraged to submit Requests for Information (RFI's) regarding this requirement starting 8 May 2019. Vendors will have no later than 13 May 2019 @ 4:30 PM Central Time to submit those inquiries. The Government shall provide responses to those RFI's no later than 28 May 2019. Inquires shall be sent via email to the Contract Specialist, Perry J. Cannon at perry.j.cannon.civ@mail.mil, and the Contracting Officer, Madge A. Lewis at madge.a.lewis.civ@mail.mil. Any inquiries from industry submitted to the Government after 13 May 2019 @ 4:30 PM (Central Time) shall not be addressed. NOTE: All dates & times pertaining to this RFQ are tentative and subject to change at the discretion of the Contracting Officer. Please see Fed Biz Ops (www.fbo.gov) for all updates regarding this RFP. As stated above, the final RFQ Solicitation, technical exhibits, attachments, and responses to inquiries from industry will be provided at a later date.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »