Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

J -- Industrial Specialty Door Inspection and Maintenance Services.

Notice Date
1/14/2021 5:42:10 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418INDUSTRIALDOOR
 
Response Due
2/3/2021 10:00:00 AM
 
Archive Date
02/18/2021
 
Point of Contact
Roger ""Dale"" Crews, Phone: 478-718-4981, Jorge A. Alvarez, Phone: 8439634502
 
E-Mail Address
roger.crews@us.af.mil, jorge.alvarez.8@us.af.mil
(roger.crews@us.af.mil, jorge.alvarez.8@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION FOR�PLANNING PURPOSES ONLY! It does not constitute a solicitatoin and/or quote and is not to be construed as a commitment by the Government. Joint Base Charleston anticipates this requirement to be award to a small business. The North American Industry Classification Systems (NAICS) Code proposed 811310. The size standard for NAICS is $8�Million. Scope of work consist of�all management, tools, supplies, equipment, labor, transportation, supervision and any other items and services necessary to perform Inspections, preventive maintenance, and repair services for various categories of Industrial Specialty� Doors at Joint Base Charleston�as listed in the applicable appendices and in accordance with all applicable laws, regulations, commercial practices, and manufacturer's recommendations and specifications as incorporated by reference or specifically described in the Performance Work Statement (PWS).� Appendix A identifies doors requiring Preventive Maintenance and Inspections and Appendix B identifies doors that will be subject to service calls and repair (note that all doors listed in Appendix A are also included in Appendix B).� The contractor is expected to fulfill all responsibilities assigned within this PWS with a demonstrated emphasis placed on safety and customer service. ��The Contractor is also encouraged and expected to use innovative approaches to efficiently and effectively accomplish PWS requirements in a timely manner resulting in a best value to the Government at a fair and reasonable cost.� Estimated workload is listed in Appendix A, and identified by the number, identification, and inspection frequency listed in the appendix.� Attached is copy of the draft�PWS and a Market Research Questionnaire. We ask that you complete the Market Research Questionnaire and email it back to our office along with any questions or insight that you may have in regards to the PWS in order for us to better communicate the requirement to commercial sources. In additional to your package, please include your DUNS and Cage Code. Additional Information: The government is interested in all small businesses including 8(a), Historically Underutilized Business (HUB) Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, economically disadvantaged women-owned small business (EDWOSB). The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUB Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the contractor�s responses will factor into any necessary alterations to the PWS. Responses should be submitted electronically to the following e-mail address: roger.crews@us.af.mil RESPONSES ARE DUE NO LATER THAN 3�Feb�2021�at 1:00 PM Local Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ddcc260445049c5983244334f759dab/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05892857-F 20210116/210114230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.