Controlled Humidity Protection System
Controlled Humidity Protection (CHP) System Repairs and Maintenance This is a Source Sought / Market Research notice to request information for Government planning purposes only. Responses will assist... Controlled Humidity Protection (CHP) System Repairs and Maintenance This is a Source Sought / Market Research notice to request information for Government planning purposes only. Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. This is not a solicitation announcement. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, etc.) relative to NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (size standard of $7.5 Million). After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FedBizOpps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Summary The Florida National Guard is seeking potential sources and feedback capable of performing all functions within the Sources Sought Request to satisfy the Controlled Humidity Protection (CHP) System objectives. The FLARNG has been using CHP as part of an overarching Corrosion Preservation and Control (CPC) Program for over 20 years. The basis of this program is dehumidified storage either in shelters (new or modified existing ARNG buildings) or Operational Preservation (OP) lines used to dehumidify the crew/interior compartments of weapons systems and electronics shelters. The purpose of CHP is to reduce corrective maintenance by eliminating moisture induced failures, to reduce backlog, and to increase readiness rates. The current contract has expired and a new follow-on contract with a base year and four option years is planned. The new action will include repair and replacement of existing equipment and follow-on maintenance. The contractor shall provide all necessary parts, materials, equipment, shipping, labor and travel necessary to perform repairs to the Air Dehydration Units used in the CHP program. The equipment to be repaired and maintained include models ADU-1500-55G, ADU-2250-77G, ADU-1150-55G (Propane), and ADU-750-55G. Performance is planned to be at eight (8) Florida Army National Guard facilities located in Avon Park, Bradenton, Camp Blanding, Deland, Ft. Meyers, Palmetto, St. Petersburg, and West Palm Beach. Contractors with the expertise to successfully perform the requirements outlined in the Sources Sought Request attached are encouraged to submit a capability statement. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Instructions 1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. This sources sought inquiry is for all potential vendors. Questions relative to this market survey should be addressed via email to Doug Divine at douglas.d.divine.civ@mail.mil. Please provide the following business information for your firm in the following format: • Name, address, and website of the firm • DUNS number and CAGE Code (valid System for Award Management (SAM) is MANDATORY). • Your firm's Point of Contact (name, phone number, and email address). • Your company's business size status (small or large) (including Service-Disabled veteran owned, if applicable). If claiming small business status, the information must be verifiable in SAM. Please also indicate: • If your company has experience providing the services anticipated in the attached Sources Sought Request. • Whether your company has recent sales history to commercial companies. • Whether your company has a contract under a Federal Supply Schedule that would address all required services. If so, please provide the relevant GSA contract number. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort. The acquisition strategy for this requirement has not been decided; however, the Florida Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Capabilities Package All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Sources Sought - FLARNG CHP System objectives." Attachments with files ending in.zip or .exe are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email. Additional company capability information is welcome, however responses are limited to 5 pages. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than 05:00 PM, EST, Thursday, 23 May 2019. Direct all questions concerning this acquisition to Doug Divine at the above email address. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »