Notice of Intent to established a Blanket Purchase Agreement to suuport Fort Sill HVAC
Notice Information Solicitation: W9124L-19-T-HVAC Agency/Office: Army Contracting Command, MICC Location: MICC Fort Sill Title: **** THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE**** This is a Notice ... Notice Information Solicitation: W9124L-19-T-HVAC Agency/Office: Army Contracting Command, MICC Location: MICC Fort Sill Title: **** THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE**** This is a Notice of Intent to establish a Blanket Purchase Agreement (BPA). This BPA is intended to support all the Network Communication (NEC) Cooling Systems (HVAC) for Fort Sill, Oklahoma. Supplies and services may include the following: A Furnish labor, parts, materials, supplies, inspections and other related services necessary for emergency repair services for select communication infrastructure equipment. B. Make, model and serial number is as follows: BUILDING UNIT MAKE MODEL SERIAL # 1645 #1 COND DATAAIRE DARC-2132 2016-3448-A #2 COND DATAAIRE DARC-2132 2016-3449-A #3 COND STULZ SCS-447-DAA 10001249 #4 COND STULZ SCS-447- DAA 09310050 #1 AC DATAAIRE DAAU-02032 2016-3446-A #2 AC DATAAIRE DAAU-02032 2016-3447-A #3 AC STULZ VFS-180-DAK-U 09310049 #4 AC STULZ VFS-180-DAK-U 10001248 #1 AC LIEBERT PX011HW1CSA876 Y16M6S0100 #2 AC LIEBERT PX011HW1CSA876 Y16M6S0099 5962 #1 COND STULZ SCS-120-SSA 09290087 #2 COND STULZ SCS-120-SSA 09290083 #1 AC STULZ COS-060-AR-U 09290084 #2 AC STULZ COS-060-AR-U 09290068 710 #1 COND STULZ SCS-120-SSA 09280071 #2 COND STULZ SCS-120-SSA 09280070 #1 AC STULZ COS-060-AR-U 09290085 #2 AC STULZ COS-060-AR-U 09290080 2601 #1 COND STULZ SCS-120-SSA 09290082 #2 COND STULZ SCS-120-SSA 10015011 #1 AC STULZ COS-060-AR-U 09280069 #2 AC STULZ COS-060-AR-U 10015010 3436 #1 COND HEATCRAFT FCB16SM T02G00536 #2 COND HEATCRAFT FCB16SM T02G00537 #1 AC STULZ MRU-381-A 02177009 #2 AC STULZ MRU-381-A 02177008 4109 #1 COND STULZ SCS-144-SSA 08065101 #2 COND STULZ SCS-144-SSA 08065102 #1 AC STULZ COS-120-AR-U 08065101 #2 AC STULZ COS-120-AR-U 08065102 462 #1 COND STULZ SCS-525-DAA 09310035 #2 COND STULZ SCS-525-DAA 09310036 #1 AC STULZ VFS-240-DAR-D 09310034 #2 AC STULZ VFS-240-DAR-D 09310033 6481 #1 AC BARD WA484-A05XXXXXJ 236H052049330-02 #2 AC BARD WA484-A05XXXXXJ 236H052049331-02 7876 #1 AC BARD WA372-A05XWXXJ 225A051992622-02 #2 AC BARD WA372-A05XWXXJ 225B051997563-02 2970 #1 AC BARD WA361-A09EPSXXJ 125J001497531-01 #2 AC BARD WA361-A09EPSXXJ 125J001497539-02 7900 #1 AC BARD W36A2-A10XXXXXJ 309M143167773-02 Big Rock #1 AC BARD W36A2-A05XP-A05XPXXXJ 309J153254407-02 C. Contractor shall possess and maintain a current Oklahoma license in HVAC repair. Technician(s) shall be certified to repair HVACs and shall utilize repair parts approved or certified by the equipment manufacturer. Contractor shall only respond to requests for repair from the COR or KO. D. Contractor shall provide all specialized and general test, measurement, and diagnostic equipment, tools and repair parts necessary to accomplish repairs. E. Contractor shall respond on site within four (4) hours of notification of a requirement for repairs. F. Contractor shall be located within a 100 Mile radius of Fort Sill, Oklahoma. G. The Mission and Installation Contracting Command (MICC), Fort Sill, Fort Sill, Oklahoma, intends to award a five-year Blanket Purchase Agreement (BPA) to a maximum of three contractors. The appropriate NAICS codes is 238220. Call-outs against this BPA shall be made by a Government Credit Card. All notifications received within ten (10) days after date of publication of this synopsis will be considered by the Government. A determination by the Government to issue agreements limited to only three (3) vendors based upon responses to this notice is solely within the discretion of the Government. This synopsis is not a request for proposal. It is a market research tool being used to determine number of interested vendors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this synopsis. All responses shall include, at a minimum, the following information: a. Company's full name, address, telephone, point of contact with email address, and Federal Tax Identification number. b. Company's Duns Number and Cage Code for proof of Central Contractor's Registration (www.ccr.gov) and System for Award Management (SAM). c. A statement indicating the offeror's ability to accept payment via Government Credit Card. d. Vendor Information Sheet, to include a price list of repair parts and a list of proposed labor rates and categories (shall not exceed applicable Service Contract Act (SCA) and/or Davis Bacon Act (DBA) Wage Determinations for Comanche County, Oklahoma) . e. Contractor shall provide a minimum of three (3); maximum of five (5) Past performance surveys as a Government Contractor for these type of repairs. The Past Performance shall be within the last three (3) years in the same type of work. Any pricing information, such as trip charges, hourly rates, repair parts pricing, etc. may be included in the capability information. Some of this pricing that is general in nature may be included in any resultant agreement. Submit Responses to Vandella Squire at vandella.m.squire.civ@mail.mil and Brien M. Glenn brien.m.glenn.civ@mail.mil Primary Point of Contact: Vandella M. Squire, Fort Sill, Oklahoma 73503-4433 United States Contract Specialist Phone: 580-442-0211 1803 NW Macomb Road Fort Sill, Oklahoma 73503-4433 United States A SITE VISIT WILL BE CONDUCTED ON WEDNESDAY, 23 JAN 19 @ 0845.PLEASE MEET AT BUILDING 1803 MACOMB ROAD, FORT SILL OK 73503. IF YOU ARE INTERESTED IN PARTICIPATING IN THE SITE VISIT; PLEASE CONTACT, MRS. VANDELLA SQUIRE AT 580-442-0211, OR BY EMAIL: VANDELLA.M.SQUIRE.CIV@MAIL.MIL PLEASE CONFIRM NLT 1400 ON 22 JANUARY 2018 PLEASE VISIT THE VISITORS CONTROL CENTER LOCATED AT BUILDING # T6701, SHERIDAN ROAD, TO GAIN ACCESS TO FORT SILL. http://sill-www.army.mil/vcc/ SOME OF BUILDINDS ARE IN OFF ROAD LOCATIONS AND A 4X4 VEHICLE IS RECOMMENDED. W9124L-19-T-HVAC FORT SILL HVAC BPA QUESTION AND ANSWER SESSION #1 In order to be eligible for BPA Award, all offerors must acknowledge all Q&A Sessions. Please provide acknowledgement to the KO and Contracting Specialist Q1. Please verify the minimum credit card purchase amount. A1. There is no minimum. Q2. Verifying 4 hours' time frame is for trouble shooting or identifying the problem not to fix the problem, please confirm any time line for fixing the problem. A2. The contractor shall be onsite and communicating with the Ordering Officer / COR within 4 hours of notification. Q3. When do you expect the contract to be awarded? A3. There is no estimated award date for these BPAs to be awarded. However the Government is attempt to have this BPA in place as soon as possible. Q4. Is there a specific form or a particular format you would like to see, or are you just needing the information in total? A4. No. However, the offeror shall submit enough information for the Contracting Officer to verify that labor rates are reasonable and that the offeror is a responsible source with the capability to perform the work. Any pricing information, such as trip charges, hourly rates, repair parts pricing, etc. may be included in the capability information. Some of this pricing that is general in nature may be included in any resultant agreement. Q5. Please confirm the bid date. A5. Proposals are due by 4:00 PM CST 29 January 2019. Q6. Will there be a threshold established for minor repairs that can be made on the original Service Trip? A6. All repair costs must be approved by the COR or Ordering Officer. In the event the repair exceeds $2,500.00, the Contracting Officer must approve. Q7. Will potential bidders receive a copy of the Site Visit attendees? A7. Yes. (Addon Services LLC.; Ready Services; Affordable; Express Cont.; Robinson Air; Warfeather; BCCB3)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »