DODEA IDIQ PM/DM at West Point, NY for USACE, Norfolk District

expired opportunity(Expired)
From: Federal Government(Federal)
W91236-22-R-5001

Basic Details

started - 04 Oct, 2021 (about 2 years ago)

Start Date

04 Oct, 2021 (about 2 years ago)
due - 18 Oct, 2021 (about 2 years ago)

Due Date

18 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W91236-22-R-5001

Identifier

W91236-22-R-5001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698588)DEPT OF THE ARMY (131665)USACE (37563)NAD (5742)W2SD ENDIST NORFOLK (679)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

W91236-22-R-5001: DODEA IDIQ PM/DM at West Point, NY, for USACE, Norfolk District.This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. The purpose of this Sources Sought Notice is to identify business concerns with sufficient similar experience that are capable and interested in performing the work described herein. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice.The U.S. Army Corps of Engineers (USACE), Norfolk District is anticipating a future procurement for a Firm-Fixed Price Indefinite-Delivery, Indefinite Quantity (IDIQ) Services contract, for the Department of Defense Education Activity (DoDEA) Preventative Maintenance (PM) and
Demand Maintenance (DM) at West Point, NY.Description of WorkThe USACE, Norfolk District is seeking eligible small business firms capable of Preventative Maintenance and repair services in support of the Department of Defense Education Activity (DoDEA) – America’s facilities located at West Point, New York. The services provided under this proposed contract encompass a wide range of facilities maintenance services such as operation and maintenance of heating, ventilation and cooling systems, kitchen equipment, facility control systems, electrical, fire alarms, playgrounds, roofs, and other facility systems and components. These services must be provided on an ongoing basis without protracted lapse to ensure that the building systems continue to operate efficiently and safely for the benefit of the students and teachers that inhabit them. The facilities under this action include three (3) schools on a single installation, West Point, New York, totaling approximately 190,000 Gross Square Feet (GSF).Solicitation TimeAnticipated solicitation issuance timeframe is on or about December 2021, and the estimated solicitation period of 30 calendar days with a proposal due date timeframe on or about January 2021. The project consists of one base year and four (4) option years. A pre-solicitation notice will be posted on Beta.sam.gov website All interested firms shall be registered in SAM.GOV in order to submit a proposal in response to the solicitation.Additional RequirementsThe Maximum cost for this contract is $7,000,000.00. NAICS Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors applies with a Small Business Size Standard of $16,500,000.00. Offerors will be evaluated on a Best-Value Tradeoff basis with a combination of price and non-price factors. The Government is not obligated to and will not pay for any information received from potential sources as a result of this market research.Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions.All interested capable, qualified and responsive SMALL BUSINESS Prime Contractors are encouraged to reply to this Sources Sought announcement.  Interested contractors should furnish the following information:INFORMATION REQUESTED FROM INDUSTRYGeneral InformationCompany name, address, phone number, and point of contact.Indicate business size in relation to the NAICS Code 238220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than Small Business. Contractors must be registered in the System for Award Management (SAM) at time of contract award. Please see www.SAM.gov for additional registration information.Provide a narrative describing primary business lines and the geographic regions your company serves.  Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described above, at similar contract values, and in similar locations.Does your company, through in-house forces or subcontract support, have the technical capability and capacity to provide preventive maintenance and repair services for the facilities and locations as described above?The Government intends to include a Limit of Liability (LOL) in these contracts for repairs the Contractor would be responsible for under the firm-fixed price portion of this contract. For context, this limit is $20,000 per occurrence, with up to 4 incidents per contract year.Does this larger Limit of Liability detract from your interest in this solicitation?  If so, why?Would fewer occurrences increase your interest?Given the cost to award a task order is significant with respect to small repair requirements, how do you suggest the Government accommodates these small repairs most efficiently?The Government will utilize this information in determining an Acquisition Strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electrically via email to Raven D. Sasser at Raven.D.Sasser@usace.army.mil and copy Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil.The capability statement must be submitted not later than 18 October 2021 (14 days) by 2:00 PM Eastern Day Time (EDT). Limit capability briefing package to five (5) pages. This Sources Sought should not be construed in any manner to be an obligation of USACE, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. All information submitted will be considered procurement sensitive and is being used as a market research tool only. No solicitation is currently available.All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.SAM.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.The Point of Contact for this requirement is Raven D. Sasser at Raven.D.Sasser@usace.army.mil, and Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil.TELEPHONE INQUIRES WILL NOT BE HONORED.

West Point ,
 NY  10996  USALocation

Place Of Performance : N/A

Country : United StatesState : New YorkCity : West Point

You may also like

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J041Maintenance, Repair and Rebuilding of Equipment: Refrigeration, Air Conditioning, and Air Circulating Equipment