Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SPECIAL NOTICE

99 -- Mechanical 2012 - Draft Statement of Work

Notice Date
2/24/2012
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
Mechanical2012
 
Point of Contact
James A. Spell Jr, , Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
james.spell@dla.mil, Beverly.J.Williams@dla.mil
(james.spell@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached is the Draft Statement of Work THIS IS A SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) ONLY. This is NOT a request for proposal. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submission of any information to this RFI survey is purely voluntary. Government assumes no financial responsibility for any cost incurred associated to this request for capability information. This SOURCES SOUGHT NOTICE is to determine the capability and availability of commercial sources with ability to provide Mechanical Services. The commercial sources must be capable of providing operation, maintenance, service, repair, replacement and minor construction/alteration services for buildings, structures and related systems and equipment at the Defense Logistics Agency, Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6220, the Defense Threat Reduction Center (DTRC), Building 2462A, and the Child Development Center (CDC), Building 2468, 8715 Wills Road, Building 2468, Fort Belvoir, VA by a Performance Based, combination Firm Fixed Price - Indefinite Delivery Indefinite Quantity Contract. The purpose of this Sources Sought notice is for market research to determine the method of acquisition. This is NOT a Request for Proposal (RFP). When issued, the RFP will be posted to FedBizOpps. Responses to this notice should include: 1) A capability statement supporting claims of organizational and staff capability to provide the services described in the PWS; Note: The company responding must be capable of provide over 95% percent of the mechanical work described in PWS ("See the below for additional information on Capability Statement); 2) Provide proof of the mechanical work performed by your company similar to the mechanical work required in the PWS; 3) Company size in relation to the applicable North American Industry Classification System code (NAICS) 561210, size standard $35.5 Million; 4) A complete and current record of your Central Contractor Registration (CCR) which includes CAGE Code, DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization, etc.; 5) The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or Service disabled veteran owned small business; 6) Identify the number of subcontractors/partners that would be leveraged to perform mechanical services and 7) Comments concerning the Draft Performance Work Statement (PWS). A site visit will be held on March 8, 2012 at 10:00 a.m. EST. Please contact James Spell (james.spell@dla.mil) or Beverly J. Williams (beverly.j.williams@dla.mil) to request your name be added to the list of attendees. You must provide the name of the company and personnel who will be attending. Only two representatives per company will be accepted. You must notify either Mr. Spell or Ms. Williams by close of business on March 5th of your intent to attend the Site Visit. Written responses shall be provided electronically, by 15 March 2012, 2:00 P.M. EST. The subject line of the e-mail message shall read: "Mechanical Maintenance" and shall be addressed to the attention of: James Spell at james.spell@dla.mil. DLA Contracting Services Office (DSCO) will not accept telephone, facsimile, courier, mail, or hand delivery methods of response. The page limitation is 10 pages. The file size limitation for e-mail attachments is 3 megabytes. Further, access by DCSO to information in any files attached to a response is the responsibility of the submitting party. DCSO is not responsible for any failure to access information. Therefore, please ensure that files are easily accessible by DCSO - Word files are preferable, but we will accept.pdf files as long as they meet the 3 megabyte size limitation. DCSO will not notify respondents of the results of this market research. Information submitted will not be returned, and will not be accepted after the due date for responses. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1. Please provide no more than three (3) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., mechanical facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 2. Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 3. Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project and their respective roles. 4. Provide company business size and status as designated by the NAICS and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/Mechanical2012/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02683229-W 20120226/120224235757-1b3f405fe340c2212a562e16afbb5e81 (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.