Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOURCES SOUGHT

J -- Elevator Maintenance

Notice Date
7/14/2009
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-R-0024
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capable sources are sought to provide preventive maintenance services for 3 elevators for the Air Force Research Laboratory (AFRL) Rome Research Site (RRS) NY. The anticipated period of performance is 01 Oct 2009 through 30 Sep 2010 plus 4 option years (if all options are exercised, performance would conclude 30 Sep 2014). Services include periodic inspections, maintenance, emergency calls, repairs, and reports. This Sources Sought Notice is for planning purposes only. The applicable NAICS code is 811310 with an associated small business size standard of $7,000,000 average annual revenue. This is a Sources Sought Notice and is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns. If adequate responses are not received, the acquisition may be solicited on an Unrestricted basis. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime contractor will be required to perform a minimum of 50% of the cost of the contract, not including the cost of materials. A draft Performance Work Statement (PWS) is attached to this notice. The draft PWS and description of work that follows are included for the purpose of general information only and are not intended to include or describe every feature of work or define the scope of work completely. The Contractor shall furnish all labor, tools, transportation, equipment, materials, and supplies required to provide preventive maintenance services on the following three (3) elevators: 1. Gilbert with 15 HP motor. Perform preventive maintenance during the months of November, March and July. 2. Fleetwood 21 - HLS, Car Enclosure - Thyssenkrupp Elevator Cab - model TKAP(vert), Power Unit EP-70 - 15 HP. Perform preventive maintenance during the months of November, March and July. 3. Rotary Lift Company hydraulic freight elevator, Serial No. G5942. This is an open platform elevator located outside. Perform preventive maintenance during the months of March and September. The Contractor shall provide emergency on-call service in addition to periodic maintenance inspection. Upon receipt of a call from the Contracting Officer (CO) or COTR, the Contractor shall respond within one (1) hour to visit the site and commence repairs. All interested 8(a), HUBZone, SDVOSB, and SB concerns are invited to respond. In order to be considered, responses must include the following: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. Include a description of how the 50% requirement will be met. 2. Evidence of successful completion or ongoing performance within the past three (3) years of at least three (3) projects similar in magnitude and scope to the work described in this notice. Include information such as Statements of Work, description of maintenance and repair tasks, and maintenance schedules, as well as contract amounts, periods, and points of contact. 3. Demonstration of access to labor, parts, and equipment needed for this work. 4. Description of how any significant geographic separation between the prime contractor and AFRL Rome would be successfully overcome. 5. Documentation of current 8(a), HUBZone, SDVOSB, or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SDVOSB, and SB concerns. Failure to submit all information requested will result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Richard Childres, Contract Specialist (richard.childres@rl.af.mil, 315-330-4194) with an email copy to Ms. Janis Norelli, Small Business Specialist (janis.norelli@rl.af.mil). All information must be received before 3:00 PM EST FRIDAY 24 JULY 2009 to be considered. Email responses will be accepted. NOTE: In order to receive a contract award from the resultant solicitation, should one be issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-R-0024/listing.html)
 
Record
SN01874570-W 20090716/090714235906-1ae787da2af6d06e46db3b7f6ab095f5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.