Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911SD19R0162
SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a base + 4 requirement for a contractor to perform preventative maintenance and to provide to reactive service visits to di...
SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a base + 4 requirement for a contractor to perform preventative maintenance and to provide to reactive service visits to diagnose and repair Hass Minimill and/or TL-1 (lathe) located at the Department of Physics and Nuclear Engineering, US Military Academy at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a 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 anticipated NAICS code(s) is 811310 - Service machinery and equipment repair and maintenance services, the associated size standard of less than $7,500,000 employees. The specific elements of the service contract for the Haas Model# MINIMILL (Minimill) Serial# 1130032 Haas Model# TL-1 (Toolroom Lathe) Serial# 3105397 are as follows: Labor and travel (The estimated length of the planned and visit is approximately 2 business days.) Preventative maintenance to include: • Mechanical System Check machine level Verify spindle sweep • Check gear shift operation* • Check spindle lube and air blast • Check spindle orientation alignment • Check shot pin operation* • Change gearbox oil • Check backlash in X, Y, and Z-axis • Inspect drive belts • Inspect and adjust tool changer system • Inspect spindle taper condition • Inspect way covers & wipers • Check draw bar height • Inspect rigid tap encoder operation* • Check tool change operation • Clean/lubricate tool changer • Inspect counterbalance system • Inspect lines, hoses and cables • Way Lube System • Clean filters • Inspect lines and fittings • Check operation • Verify lube/pump operation • Coolant System: Remove/check pump and motor, (Inspect or Clean coolant tank and replace coolant as needed) • Air System: Replace filters, Check pressure/adjust regulator, Inspect system for leaks • Electrical System: Check voltages, clean electrical cabinet, Inspect connections /terminals and grounds • Inspect or replace tool change relays • Replace or clean fan filter • Check limit switches/safety locks • Inspect motor brushes, clean & remove brush dust • Lathe Only: Verify turret/spindle alignment • Manual Machines: Change oil, filter and belts, Lubricate system and clean as necessary to be qualified as working property. • Adjust Gibs • Check level and alignment • Inspect general machine function Specify labor rates for unscheduled (reactive) maintenance to diagnose and repair problems that cannot be remedied through email, phone, or online support. Calibration of machine to ensure proper operation. CONTRACTOR FURNISHED EQUIPMENT Contractor will provide all necessary tools and equipment to perform the required services as laid out in this SOW. No government owned equipment will be removed from this installation unless repair cannot be performed on site. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB,GSA, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement for Mill & Lathe Service Maintenance 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition please indicate this in your response. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please send all responses to the MICC Purchasing Agent, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@mail.mil 845-938-8179,and be sure to include the Sources Sought Notice W911SD-19-R-0162 in your email subject line to prevent your reply from being deleted as SPAM.