Federal Bid

Last Updated on 10 May 2019 at 8 AM
Sources Sought
Kingman Arizona

MECHANICAL BUILDING MAINTENANCE SERVICES

Solicitation ID SP470519R0125
Posted Date 10 Apr 2019 at 7 PM
Archive Date 10 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Contracting Services Office
Agency Department Of Defense
Location Kingman Arizona United states


This Sources Sought is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. This announcement is considered market research in accordance with FAR Part 10. All interested parties should respond. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this Sources Sought are strictly voluntary and the Government will not pay respondents for information provided in response to this Sources Sought. Responses to this Sources Sought will not be returned and respondents will not be notified of the result of the review. Although responses to the questions posed by the Government would be most beneficial to this market research effort.

The Defense Contracting Services Office - Fort Belvoir (DCSO-FF) is currently conducting market research seeking capabilities statements from potential sources as well as seeking industry input on the attached DRAFT Performance Work Statement (PWS). DCSO-FF is seeking sources of a Mechanical company on behalf of the Defense Logistics Agency (DLA) Installation Management (DF-FFI) at Fort Belvoir with the capability to provide operation, maintenance, repair, replacement and minor construction and alteration services for the Defense Logistics Agency Headquarters Complex (HQC) and associated facilities. For further information, please see attached DRAFT PWS.

The proposed North American Industry Classification System (NAICS) code for the future acquisition is 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $15,000,000. DSCO-FF is NOT requesting a proposal in response to this draft solicitation. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

It should be noted that the DRAFT PWS is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions. This request for information neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. The draft PWS should not be construed as a commitment by the government for any purpose.

It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5.

All interested organizations are encouraged to submit a capabilities statement addressing the specific criteria identified below. The statement will be reviewed and evaluated according to the listed criteria.

Interested sources who believe they can meet these requirements should provide a statement of capabilities that clearly addresses the below questions:

1. Does the company possess a current Commonwealth of Virginia Class A Contractors License, Fairfax County Business License, Commonwealth of Virginia Master HVACR License, and Commonwealth of Virginia Master Plumber License?


2. Does the company currently have an active DOD Facility Security Clearance (FCL) as verified through the Joint Personnel Adjudication System (JPAS) at the secret level or better?

3. How many personnel does your company have that possess a current secret level clearance or better and the licensing and certifications needed for this requirement?

4. Has your company performed the same or similar work in the past?

5. Please provide a list of commercial or Government buildings that are at least 500,000 square feet that the company has performed a long term mechanical maintenance service contract on.

6. What capabilities (e.g. Plumbing, HVAC, Design and Engineering, Electrical, Controls Department, etc.) does your company possess? Please list each capability and the number of technicians your company has that are capable of performing the specific work.

7. What percentage of the below work will be performed by the Prime (in-house) versus what percentage will be subcontracted (have other contractors perform)? Below areas/sections/tasks include all the work performed on this requirement

•A. Operations and Maintenance of Heating, Ventilation, Air Conditioning, Refrigeration, Kitchen Equipment, Specialized Equipment, Plumbing, Sewage, Roof Drains, Storm Water Systems and Components. Prime / In-house %: ______ Subcontracted %: ______

•B. Service and Maintenance of Fire Protection Systems. Prime / In-house %: ______ Subcontracted %: ______

•C. Perform Preventive Maintenance/Inspection on Heating, Ventilation, Air Conditioning, Refrigeration, Kitchen Equipment, Specialized Equipment, Plumbing, Sewage, Roof Drains, Storm Water Systems and Components. Prime / In-house %: ______ Subcontracted %: ______

•D. Perform all Service Calls to the Heating, Ventilation, Air Conditioning, Refrigeration, Kitchen Equipment, Specialized Equipment, Plumbing, Sewage, Roof Drains, Storm Water Systems and Components. Prime / In-house %: ______ Subcontracted %: ______

•E. Provide Water Treatment Services Section Prime / In-house %: ______ Subcontracted %: ______

•F. Provide Building Automation System Services Section Prime / In-house %: ______ Subcontracted %: ______

•G. IDIQ Alterations and Extraordinary Repair Work beyond the scope of the PWS. (Rough Order of Magnitude $800,000/ Year) Prime / In-house %: ______ Subcontracted %: ______

8. What are your company's specific technical skills that will ensure your capability to perform the requirement?

In addition to the above, the capability statement must include:

1. Company name, address, point of contact name, phone number, fax number, and email address.
2. Business Size and status of your company
3. Contractor and Government Entity (CAGE) Code.

THERE IS NO SOLICITATION AT THIS TIME. Interested sources are requested to review the attached DRAFT PWS.

No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the DCSO-FF and DLA Installation Support. Capability statements shall be limited to no more than seven pages and sent directly to both Beverly J. Williams at [email protected] and Ronald Fairley at [email protected] no later than 12:00pm on Thursday, April 25, 2019. Only electronic responses will be accepted. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO.

Primary Point of Contact:

Beverly J Williams

Contracting Officer

[email protected]

Phone: 703-767-1192

Secondary Point of Contact:

Ronald E. Fairley

Contract Specialist

[email protected]

Phone: 7037671175


Contracting Office Address:

8725 John J. Kingman Road
Suite 0119
Fort Belvoir, Virginia 22060-6220
United States


Place of Contract Performance:

8725 John J. Kingman Road
Fort Belvoir, Virginia 22060
United States

 

 

Bid Protests Not Available

Similar Past Bids

Kingman Arizona 27 Mar 2018 at 6 PM
Kingman Arizona 24 Feb 2012 at 12 PM
Kingman Arizona 07 Feb 2017 at 10 PM
Kingman Arizona 29 Jun 2009 at 2 PM
Kingman Arizona 07 Feb 2011 at 9 PM

Similar Opportunities

Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)