This is a Sources-Sought Notice ONLY. The U.S. Government desires to procure a Preventive Maintenance, Inspection, and Service (PMIS); Repair; and Assessment of Overhead Hoists / Cranes; Fall Arrest Systems; and Stacker Systems. This is a non-personal services IDIQ requirement for a five-year ordering period, with a 5-year option.
This requirement will be 100% small business set-aside, provided two (2) or more qualified small businesses respond to this sources-sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $12.5 million.
In response to this Sources Sought Notice, please provide:
1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Identify if the prime contractor will be able to meet the Limitations on Subcontracting in accordance with FAR Clause 52.219-14.
Other information:
The period of performance shall be from 20 August 2025 to 19 August 2030, with a 5-year option period from 20 August 2030 to 19 August 2035. This will be a firm, fixed price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
All work shall be conducted in accordance with the Performance Work Statement (PWS). Fort Campbell has approximately 159 Overhead Hoist / Cranes, 82 Fall Arrest Systems in various facilities throughout the installation including but not limited to vehicle maintenance and aircraft hangars. In addition, there are approximately 36 Stacker Systems in warehouses throughout the installation.
It is expected that additions and subtractions to Inventory will occur during the life of the contract due to construction and demolition of facilities. Any additions and/or removals will be done at the stated cost in the contract for each.
Deliverables include, but are not limited to, submission of Maintenance and Inspection reports within 7-days of equipment inspection and service date, equipment photographs, marking and updating service tags or stickers on individual pieces of equipment.
Preventive Maintenance, Inspection, and Service (PMIS): The initial inspection work of the Overhead Hoists / Cranes; Fall Arrest Systems; and Stacker Systems shall be accomplished by the contractor within 90 days after contract award and issuance of the delivery order. The contractor shall coordinate all his work and scheduling with the COR.
Preventative Maintenance includes but is not limited to inspection of condition and functionality of equipment. For this contract it also includes checking and tightening as needed bolts, electrical connections, conduits, etc. Contractor shall provide and install or correct as part of his preventative maintenance tasks such lubricants, oils, graphite spray, grease, etc. to the components/parts, and minor supplies such as nuts, screws, bolts, sealants, etc.
Additional duties include proper use of lockout/tagout procedures when performing preventive maintenance, load testing, onsite assessments, deficiency reports, repairs, and damage reports.