DODEA PM/DM IDIQ for Department of Defense Education Activity (DoDEA) Schools located in Georgia and Alabama

Agency: DEPT OF DEFENSE
State: Alabama
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159491662203037
Posted Date: Aug 9, 2023
Due Date: Aug 24, 2023
Solicitation No: W9123624S4000
Source: Members Only
Follow
DODEA PM/DM IDIQ for Department of Defense Education Activity (DoDEA) Schools located in Georgia and Alabama
Active
Contract Opportunity
Notice ID
W9123624S4000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NORFOLK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 09, 2023 05:24 pm EDT
  • Original Response Date: Aug 24, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Montgomery , AL 36112
    USA
Description

W9123624S4000: DODEA PM/DM IDIQ for Department of Defense Education Activity (DoDEA) Schools located in Georgia and Alabama, 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 contract in support of the Department of Defense Education Activity (DoDEA) Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite-Delivery, Indefinite Quantity (IDIQ) Services at DoDEA Schools located in Georgia and Alabama.





Description of Work



The USACE, Norfolk District is seeking eligible firms capable of Preventative Maintenance and repair services in support of the DoDEA – America’s facilities located in Georgia and Alabama. 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 eight (8) schools, three (3) support facilities (DSO, CSO, and Bus Barn) within Georgia and Alabama installations totaling approximately 878,000 Gross Square Feet (GSF).





Solicitation Time



The anticipated solicitation issuance timeframe is on or about November 2023, and the estimated solicitation period is 30 calendar days. The project consists of a 6-month base period, four (4) option years, and one, optional 6-month extension. A Pre-Solicitation Notice and Solicitation Notice will be publicized through the System for Award Management (SAM.gov) website. All interested firms must be registered in PIEE (https://piee.eb.mil/) to submit a proposal in response to the solicitation.





Additional Requirements



The Contract Maximum for this procurement is $11,000,000.00. NAICS Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors applies with a Small Business Size Standard of $19,000,000.00. 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 because 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 INDUSTRY



General Information





1. Company name, address, phone number, and point of contact.



2. Indicate business size in relation to the NAICS Code 238220. Provide your company's Cage Code and EUI number to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), Women-Owned or other than Small Business. Contractors must be registered in the SAM website at time of proposal submission. Please see www.SAM.gov for additional registration information.



3. 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.



4. 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?



5. The Government intends to include a Limit of Liability (LoL) in these contracts for preventive maintenance and repair services in which the Contractor would be responsible for under the firm-fixed price portion of this contract. The Contractor’s limit of liability (LoL) for material and labor costs associated with any single demand maintenance event i.e repair or replacement of any single piece of equipment is $5,000. In addition, up to four demand maintenance occurrences between $5,000 and $20,000 per contract year are allowed.




  • Does this Limit of Liability detract from your interest in this solicitation? If so, why?

  • Would fewer occurrences of LoL 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 remember to state all the socio-economic categories in which your company belong to (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electrically via email to Synease McArthur at synease.s.mcarthur@usace.army.mil and copy Brady L. Hales at Brady.L.Hales@usace.army.mil.





Your Capability Statement must be submitted not later than 24 August 2023 at 2:00 PM Eastern Daylight Time (EDT). Please limit capability briefing package which may include a cover page, narrative, and your response to the above questions, to no more than seven (7) pages total. 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. General statements of interest such as marketing brochures or general capability statements not addressing specific questions outlined by this notice will not be considered. 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 procurement. Representations and Certifications may be completed online via the SAM.





The Point of Contact for this requirement is Synease McArthur at synease.s.mcarthur@usace.army.mil, and Brady L. Hales at Brady.L.Hales@usace.army.mil.





TELEPHONE INQUIRES WILL NOT BE HONORED.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 803 FRONT STREET
  • NORFOLK , VA 23510-1096
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 09, 2023 05:24 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >