Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2012 FBO #3768
SOLICITATION NOTICE

J -- USAFA Mitchell Hall Equipment Maintenance & Repair Services - Attachment 1

Notice Date
3/17/2012
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-12-R-0006
 
Archive Date
4/17/2012
 
Point of Contact
Rachell A. Monteleone, Phone: 7193338269, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
rachell.monteleone@usafa.af.mil, Diana.Myles-South@us.af.mil
(rachell.monteleone@usafa.af.mil, Diana.Myles-South@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2, Appendix #1 (Subject to Change) Attachment 1, Statement of Work (Subject to Change) This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy, Colorado. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 811310 and the size standard is $7,000,000. The Government is proposing a firm-fixed price contract with a one-year base period and four one-year option periods. This sources sought is issued for determining if there are responsive small business concerns capable of meeting the requirements. Interested vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status. This must be signed by a company officer with authority to bind the company. The purpose of this notice is to identify companies, in particular small businesses in socio-economic categories, capable and qualified to perform non-personal services to maintain and repair equipment in the Government-owned dining facility at the U.S. Air Force Academy. The contractor shall be responsible for all management, tools, supplies, equipment, and labor necessary to maintain and repair the kitchen, food service, and materials handling equipment in accordance with the Statement of Work (SOW), Attachment 1. In addition, the contractor shall provide other services as specified in the SOW including, but not limited to, maintenance on all equipment in accordance with manufacturer's recommendations (reference paragraph 3.3 of Attachment 1) and standard commercial practices. Services shall be performed on, but not limited to, equipment listed in Appendix #1 (Attachment 2). As replacement to existing and addition of new equipment is accomplished by the Government, the contractor shall maintain the replacement and additional equipment as part of this contract after the warranty period has expired. Total quantity of all equipment may vary plus or minus (+/-) 5% during the life of this contract. The contractor is also responsible for maintaining a "bench stock" of parts to perform on-the-spot repairs and preventative maintenance. Such parts may consist of regularly used items such as thermostats, valves, electrical plugs, knobs and dials, belts and chains, hoses, and nozzles. The contractor is also responsible for any consumable items used in the Statement of Work (SOW). Such items may include, but not be limited to, nuts, bolts, screws, small electrical fittings such as wire nuts and connectors, solder and/or flux, oil, grease, refrigerant gases, cleaning, and shop supplies. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. The specifications for this requirement are included in the Statement of Work. The Statement of Work is subject to change before contract award. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Appropriate written information and/or data supporting your capability to perform the required effort, to include past performance. 4. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to the acquisition not included below). a. How long have you been in business? b. Have you managed the maintenance of a dining facility in the past? c. What is your business arrangement in the commercial industry? d. What is the present size of the facility? How many employees do you have? e. Do you have a quality control plan in place or an on-going preventative maintenance program? f. Have you ever performed Government contracts? g. What are your payment/discount terms? h. What would you consider "risk" on the contractor's part for this acquisition? i. What is your process for emergency repairs? j. Are you able to be on site 5 days a week? Are you able to be on call on the weekends? k. Can you price out the contract for a base year and four option years? l. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. m. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. n. What are your commercial practices for maintaining kitchen equipment? Place of Performance: Address: 2350 Fairchild Drive, USAF Academy, Colorado Springs, CO 80840 Country: USA This notice is designed to locate responsible sources that have an interest, and have the ability to manage and maintain the repairs and equipment at the USAF Academy Mitchell Hall Dining Facility. If your organization is capable and qualified to provide these services, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 2 April 2012, 12:00 p.m. MST by e-mail. Questions and responses should be addressed to the primary contact, Rachell Monteleone, Contracting Specialist, 719-333-8269 or rachell.monteleone@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.myles-south@us.af.mil. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representation and Certification Application (ORCA) at http://orca.bpn.gov by time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-R-0006/listing.html)
 
Place of Performance
Address: 8110 Industrial Dr. Ste 200, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02699417-W 20120319/120317233038-968a5f3df421f1359619cf7776759981 (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.