Search Contract Opportunities

Automatic and Revolving Door Maintenance   4

ID: FA4427-MFT-19-22 • Type: Sources Sought

Description

Sources Sought:

The 60th Contracting Squadron is seeking sources for items on Travis AFB

CONTRACTING OFFICE ADDRESS: 350 Hangar Ave, Bldg. 549 Travis AFB, CA

INTRODUCTION:

This is a SOURCES SOUGHT to determine the availability of businesses to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms, Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) and large business concerns to provide the required products.

Travis AFB is seeking sources to provide all management, tools, supplies, equipment and labor necessary to maintain, inspect, repair and upgrade the Automatic Doors at Travis Air Force Base, California, in a manner that shall ensure continuous and reliable operation and in accordance with (IAW) the Performance Work Statement (PWS)(ATTACHMENT 1). Work must be performed IAW commercial industry standards/codes, all federal, state, local regulations in a manner that shall comply with commercial standards for maintaining automatic doors. SEE ATTACHMENT 1 FOR MORE SPECIFIC INFORMATION. The period of performance for this requirement is projected for a base year from 1 July 2019 - 30 June 2020 with the inclusion of four (4) subsequent option years. Responses to this notice should include company name, address, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 238290.

SEE ATTACHMENT 1

DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS DESCRIPTION IS STRICTLY VOLUNTARY.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this

requirement is 238290- Other Building Equipment Contractors.

To assist the 60th Contracting Squadron in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use Travis AFB or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

SUBMISSION DETAILS:

Responses should include: 1)Business name and address;2)Name of company representative and their business title;3)Business Size and Type of Small Business (if applicable);4)Cage Code;5)DUNS Number;6)Contract vehicles that would be available to the Government for the procurement of theproduct, to include General Service Administration (GSA), Federal Supply Schedules (FSS), orany other Government Agency contract vehicle. (This information is for market research onlyand does not preclude your company from responding to this notice.)7)Interested businesses should submit a brief capabilities statement package (no more than fivepages) demonstrating ability to perform the services listed in this description. Documentationshould be in bullet format.

8)Fill out and return the attached Sources Sought Questionnaire

Vendors who wish to respond to this should send responses via email not later than June 05, 2019 at 12:00 PM Pacific Standard Time (PST) to vitaliy.kim@us.af.mil and steven.glover.2@us.af.mil.

PERFORMANCE WORK STATEMENT FOR

AUTOMATIC DOORS MAINTENANCE, REPAIR, AND UPGRADE

ON

TRAVIS AFB, CALIFORNIA

09 May 2019

ATTACHMENT 1

SECTION I DESCRIPTION OF SERVICES

1. SCOPE OF WORK.

1.1. MAINTENANCE AND REPAIR SERVICES.

1.2. ROUTINE INSPECTIONS and/or REPAIRS.

1.2.1. Repair by Replacement.

1.2.2. Scheduling Routine Inspection and/or Repairs.

1.3. EMERGENCY REPAIRS.

1.4 REQUIRED GOVERNMENT APPROVAL.

1.5. CONTRACTOR MANPOWER REPORTING.

during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil.

SECTION II SERVICE SUMMARY Performance Objective

Performance Threshold

PWS Para

Method of Surveillance

1. Provide Routine Repairs.

100% compliance

1.2.; 1.2.1.; 1.2.2.

Periodic and/or random inspection, customer complaint, and/or system checks by shop personnel

Provide Emergency Repairs.

100% Inspections

1.3, 1.4

Periodic and/or random inspection, customer complaint, and/or system checks by shop personnel

The contractor shall report ALL contractor labor hours (including subcontractor labor hours required for performance of services provided under thiscontract for the UNITED STAES AIR FORCE via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY, which runs October 1 through September 30. While inputs may be reported any time
Total costs per service call, including labor and parts, shall not exceed $2,500.00 per service call without prior government approval. When any Routine Service call, including "repair by replacement," is expected to exceed $2,500.00, the contractor shall provide, by e-mail, a proposal to complete the entire call including three quotes for parts and a quote for labor within 2 workdays after initial service call for Routine Services. For Emergency Services expected to exceed the $2,500.00 threshold, the contractor shall call the government representative for verbal approval. After government approval, the contractor shall proceed with completing repairs. Invoices via WAWF will state repair work performed with itemized listing of labor and parts by facility and CLIN number.
When an emergency automatic door repair is required, the COR shall contact the contractor. The CLIN is used when invoicing in WAWF. Contractor shall respond regardless of the time of day or day of week, including Federal holidays, within three (3) hours after notification by the CO and/or COR. Contractor shall notify the CO and/or COR of an estimated completion of repair to the automatic door(s) to an operational state.
Contractor shall provide a quarterly and annual inspection and/or maintenance schedule to the COR. The contractor shall contact the COR to schedule the inspection and/or repair. The COR shall coordinate access/escort with the Facility Manager if necessary.
In the case where parts can no longer be obtained due to discontinued manufacturer, or because it would be more cost effective to replace a part than to repair a part, the contractor shall provide email to the CO and/or COR, a proposal to remove, dispose, and replace the entire automatic door assembly (motor, switches, etc.) so that after completion, the automatic door is "turn-key" operational. If any door needs to be replaced the required electrical wiring for door replacement shall comply with the National Electric Code and be installed by a licensed electrician, at the expense of the contractor. Proof of such installation shall be made available to the government upon request. Contractor shall provide normal warranty of parts and labor.
Routine automatic door inspection and/or repair is required quarterly and annually. The Contract Line Item (CLIN) is used when invoicing in Wide Area Work Flow (WAWF). The Contractor shall respond within three (3) hours after notification. Contractor shall notify COR of estimated completion of repair to the automatic door(s) to an operational state.
Work shall be in accordance with commercial industry standards, and all federal, state, and local codes and regulations, including thecurrent National ElectricCode, OSHA and AAADM.
The contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain, inspect, repair and upgrade the Automatic Doors at Travis Air Force Base, California, in a manner that shall ensure continuous and reliable operation and in accordance with (IAW) the Performance Work Statement (PWS). Work must be performed IAW commercial industry standards/codes, all federal, state, local regulations in a manner that shall comply with commercial standards for maintaining automatic doors. IAW Air Force Instructions and Federal Regulations; Air Force Operational Safety and Health (AFOSH) standards; ANSI/BHMA; AAADM and federal laws/publications which are referenced in the PWS, Section V-AppendixA "Estimated Work Load" and appendix B "List of Automatic Doors on TravisAFB."

Overview

Response Deadline
June 5, 2019, 4:00 p.m. EDT Past Due
Posted
May 23, 2019, 12:27 p.m. EDT
Set Aside
None
Place of Performance
60th Civil Engineer Squadron TRAVIS AFB, CA 94535 USA
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
31%
Signs of Shaping
58% of similar contracts within the Department of the Air Force had a set-aside.
On 5/23/19 Air Mobility Command issued Sources Sought FA4427-MFT-19-22 for Automatic and Revolving Door Maintenance due 6/5/19. The opportunity was issued full & open with NAICS 238290 and PSC J.
Primary Contact
Title
Contract Specialist
Name
Steven J. Glover   Profile
Phone
(707) 424-7761

Secondary Contact

Title
Contract Officer
Name
Vitaliy Kim   Profile
Phone
(707) 424-7744

Documents

Posted documents for Sources Sought FA4427-MFT-19-22

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4427-MFT-19-22

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4427-MFT-19-22

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4427-MFT-19-22

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4427 60 CONS LGC
FPDS Organization Code
5700-FA4427
Source Organization Code
500043017
Last Updated
June 20, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 20, 2019