South Carolina Bids > Bid Detail

Maintenance and Repair of Clothes Washers & Dryers, Fort Jackson SC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159889484615525
Posted Date: Nov 15, 2022
Due Date: Nov 29, 2022
Solicitation No: W9124C23R0002
Source: https://sam.gov/opp/6668ddfa85...
Follow
Maintenance and Repair of Clothes Washers & Dryers, Fort Jackson SC
Active
Contract Opportunity
Notice ID
W9124C23R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FT JACKSON
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2022 03:03 pm EST
  • Original Response Date: Nov 29, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J079 - MAINT/REPAIR/REBUILD OF EQUIPMENT- CLEANING EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811412 - Appliance Repair and Maintenance
  • Place of Performance:
    Columbia , SC 29207
    USA
Description

Sources Sought for W9124C23R0002



Maintenance and Repair of Clothes Washer and Dryers



INTRODUCTION:



The Mission Installation Contracting Command (MICC) – Fort Jackson is issuing this sources sought as a means of conducting market research to identify parties having an interest in, and the resources to provide maintenance and repair support services of clothes washers and dryers at Fort Jackson, South Carolina. The intention is to procure these services on a competitive basis



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE: Fort Jackson, SC 29207



DISCLAIMER:



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND:



Fort Jackson is the largest and most active Initial Entry Training Center in the



U.S. Army, training over 50 percent of all soldiers and nearly 60 percent of women entering the army each year. The Fort Jackson’s primary mission is providing the Army with highly trained, disciplined, motivated and physically fit warriors who espouse the Army’s core values and are focused on teamwork. During the course of training, soldiers are conducting field exercises in the Garrison area, various ranges and remote locations around the installation. Soldiers are required to maintain a professional look at all times by keeping their uniforms cleaned. Government-owned clothes washers and dryers are in place post-wide for use by transient, trainee, and permanent party soldiers. The purpose of this contract is to maintain this inventory of washers and dryers for continued use by those soldiers.



REQUIRED CAPABILITIES:



The Contractor shall provide non-personal services to Clothes washer and dryer maintenance and repair. Services include preventive and repair maintenance of washers and dryers, to include exhaust vents and manifolds, installation and connection of new washers and dryers to utilities, and removal and replacement of non-repairable machines. The contractor shall accomplish all work necessary to maintain a fully functional washer and dryer inventory. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).





If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS:




  • Service Contract Act: Pursuant to the Service Contract Act of 1965, the determination by the Secretary of Labor as to the applicable minimum monetary wage and fringe benefits will be made part of any resulting contract. The applicable Area Wage Determination shall be applied to this requirement.



ELIGIBILITY:



The applicable NAICS code for this requirement is 811412 (Appliance Repair and Maintenance) with a Small Business Size Standard of $16.5M. The Product Service Code is J079 (Maintenance, Repair and Rebuilding of Equipment: Cleaning Equipment and Supplies). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT):



MICC-Fort Jackson does not intend to conduct a site visit for this sources sought.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT):



A draft Performance Based Performance Work Statement (PBPWS) is attached for review. (Attachment 1)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10:00 am, EST, 29 November 22. All responses under this Sources Sought Notice must be e-mailed to Samuel Rhodes at Samuel.l.rhodes2.civ@army.mil and Richard J. Buelow II at richard.j.buelow.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE, UEI number, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance consists of 30 day phase in period, one (1) base year and four (4) option years, with performance commencing in Mar 2023. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Firm Fixed Price (FFP). The Level of Effort is for a 30 day phase in period, one (1) base year and four (4) option years.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to Samuel Rhodes at Samuel.l.rhodes2.civ@army.mil and Richard J. Buelow II at richard.j.buelow.civ@army.mil.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 4340 MAGRUDER ST FT JACKSON
  • COLUMBIA , SC 29207-5490
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 15, 2022 03:03 pm ESTSources 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 >