The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to inspect, maintain, service, repair, and certify ALL of the elevators located on Nellis Air Force Base, NV. The contractor must have the ability to perform all work required to maintain ALL models listed below, including having the proper certifcations, tooling, and software for such services. Elevator model information is as follows:
VTE Equipment Listing
Item Type of VTE Location of
VTE Manufacturer Capacity
(LBS) Year
Installed
1 Elevator Nellis AFB Marquis/TEC 4K 2001
2 Elevator Nellis AFB Dover 2K 1996
3 Elevator Nellis AFB Schumacher 2K 2000
4 Elevator Nellis AFB CALWEST 2K 2000
5 Elevator Nellis AFB MCE 4K 1999
6 Elevator Nellis AFB MCE 4K 1999
7 Elevator Nellis AFB MCE 4K 1999
8 Elevator Nellis AFB Dover 2K 1999
8 Elevator Nellis AFB Dover 4K 2004
9 Elevator Nellis AFB Virginia 2K 2001
10 Elevator Nellis AFB Virginia 2K 2001
11 Elevator Nellis AFB Thyssen-Krupp 4K 1995
12 Elevator Nellis AFB Thyssen-Krupp 2K 2001
13 Elevator Nellis AFB Thyssen-Krupp 2K 2008
14 Elevator Nellis AFB Thyssen-Krupp 2K 2002
15 Elevator Nellis AFB Schindler 2K 2013
16 Elevator Nellis AFB Schindler 2K 2012
17 Elevator Nellis AFB Thyssen-Krupp
18 Elevator Nellis AFB Thyssen-Krupp
19 Elevator Nellis AFB Schindler
20 Elevator Nellis AFB Thyssen-Krupp
21 Elevator Nellis AFB Schindler
22 Elevator Nellis AFB Thyssen-Krupp
23 Elevator Nellis AFB Thyssen-Krupp
24 Elevator Nellis AFB Thyssen-Krupp
25 Elevator Nellis AFB Thyssen-Krupp
IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS.
Request interested firms respond to this notice and provide the following:
(a) Firm's INFORMATION [name, address, phone number, CAGE code];
(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor];
(c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.];
Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Send response via email to individual Point of Contact (POC) listed below.
It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website.
This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for a contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.
Responses to this announcement are due no later than 2:00 PM (PST) on Wednesday, March 22, 2017. Primary POC is SrA Brant Sylvester at (702) 652-9115; email: [email protected]. Alternate POC is MSgt Lucas Dahlman at (702) 652-9119; email: [email protected].