Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

J -- POST WIDE RIGGING - DRAFT PWS

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Jackson, Bldg 4340, Magruder St., Fort Jackson, South Carolina, 29207-5491, United States
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-16-R-2014
 
Archive Date
2/17/2016
 
Point of Contact
Octavio B. Palmero-Campusano, Phone: 8037512693, Kimberly C. Marsh, Phone: 8037511420
 
E-Mail Address
octavio.b.palmerocampusano.civ@mail.mil, kimberly.c.marsh.civ@mail.mil
(octavio.b.palmerocampusano.civ@mail.mil, kimberly.c.marsh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Draft Performance Work Statement for the Fort Jackson Post Wide Rigging. This is a Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. A continuing need is anticipated for conducting inspections, testing, removing, maintenance, repair and the installation of ropes, nets, and safety equipment on obstacle courses and training towers on Fort Jackson, South Carolina. All equipment used by the contractor must meet all applicable OSHA rules, regulations, and standards; and be verified by a representative from the Fort Jackson Safety Center. These services shall be performed in accordance with the specifications and schedule of work. Every 6 months the contractor will inspect, test, remove, replace/install, repair and maintain items to "Standard" on the Obstacles at Fort Jackson, South Carolina to the prescribed standard in accordance with TRADOC Pam 350-1, Engineer Drawing DEF 028-13-95, Obstacle Course Layout Plan, FM 21-20, and TRADOC Reg 350-6. Tasks 1. The contractor shall inspect Victory Tower, Confidence Course, Fit-To-Win I and II, and The Teamwork Development Course bi-annually and submit an inspection report to the Contracting Officer. 2. The contractor shall periodically - once a month - check the aforementioned structures to ensure they are sound and safe for the trainees. 3. If any structure or training equipment is deemed unsafe or damaged, the contractor shall notify the Cadres and the government representative of this. 4. The contractor shall provide pedestrian control as conditions may warrant. The contractor shall provide signs, lights, equipment and personnel as required. 5. The contractor shall inspect, maintain, and repair, if need be, ropes, nets, safety equipment on the obstacle courses and training towers on Fort Jackson. Upon completion of repair, the government may perform tests to assure contract compliance and component operation. The contractor shall perform all operational tests to assure manufacturers' performance objectives. 6. The contractor shall dispose of all debris generated during the execution of work. The contractor is responsible for the removal of debris and the transportation of material to a SCDHEC approved landfill. Transportation services shall be included in the contractors' cost. 7. The contractor shall provide a maintenance log of service requests, areas repaired and completion dates. Copies of maintenance logs shall be provided to the government by the 5th of each month. The North American Industry Classification System (NAICS) code for this requirement is 811310, Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance. The small business size standard is $7.5 million. The anticipated contract will consist of a Base Award Period of one (1) calendar year, and four (4) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army's approach to acquiring the identified services. The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information: 1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns and that award would be made at a fair and reasonable price. 2. Qualifications: All equipment used by the contractor must meet all applicable Occupational Safety and Health Administration (OSHA) rules, regulations and standards; and be verified by a representative from the Fort Jackson Safety Center. 3. Experience: Selected Company should have at least five years of successful company history in the installation of safety nets and general rigging and must have an active profile in the System for Award Management (SAM). 4. SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement for Fort Jackson, South Carolina in accordance with the attached draft PWS are to prepare a response (no more than 3 pages in length) to include the following information: Company Name with Point of Contact DUNS Number and CAGE Code Small Business Certifications (if applicable) A brief description of your company and its capability to fulfill this requirement. Cite any relevant experience. 5. This information is due no later than Tuesday, February 2, 2016 at 1 p.m. POC is Octavio B. Palmero at octavio.b.palmerocampusano.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a38d9fb896b89f58003d0474c7cd484)
 
Place of Performance
Address: Fort Jackson, COLUMBIA, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN04001616-W 20160128/160126234741-9a38d9fb896b89f58003d0474c7cd484 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.