THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% Small Business set aside. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on an Elevator Maintenance Contract solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS.
The Elevator Maintenance contract is a firm-fixed price (FFP), contract for Elevator Maintenance services at Grand Forks AFB, ND.
The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to test, maintain and repair the elevators at Grand Forks AFB in a manner that will ensure continuous and safe operation. The contractor shall furnish all labor, brushes, lubricants, tools and materials necessary to perform the monthly, semi-annual, annual, and five-year tests as required, by ANSI Standards 17.1 and 17.2. Five-year tests shall be accomplished during the last month of the contract's last option year. The contractor shall also respond to requests for service in these elevators or lifts when contacted by the Contracting Officer Representative (COR) or the Contracting Officer (CO). Following is a list of elevators and their locations.
Manufacturer Size (Capacity) Type Location
Vibratron 2,500 lbs. Hydraulic B109, Dental Clinic
Schindler 2,500 or 2,100 Hydraulic B339, SFS HQ
TC Ascension 2000 2,100 lbs. Hydraulic B541, AMU
MCE 2,100 lbs. Hydraulic B542, AMU
Ascension 1000 2,100 lbs. Hydraulic B629, AMU
Ascension 2000 2,100 lbs. Hydraulic B631, AMU
Otis 3,000 lbs. Gen 2 Traction B699, Control Tower
Porch Lift 750 lbs. Screw Driver B418, CES Ops
Porch Lift 750 lbs. Screw Driver B308, Fitness Center
ThyssenKrupp Simplex w/TAC-32 Controller Hydraulic B117, Lodging
Note: * A five-year elevator test conducted during the last month of the last option year of the contract.
The Government anticipates awarding to one (1) offeror. Work to be performed will be within the North American Industry Classification System (NAICS) Code 238290, Other Building Equipment Contractors, and the small business standard of $15.0M.
The contract will consist of one base year and four option years.
If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to SSgt Justin Baker via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, 58205-6436 fax to (701) 747-4215, or email to justin.baker.19@us.af.mil, not later than 3:00 PM CST, 9 June 2017. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5266 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
Request interested firms respond to this notice and include the following in their Capability Statement:
(a) Firm's INFORMATION [name, address, phone number, CAGE Code];
(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor];
(c) STATUS e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, etc.
(d) CAPABILITY STATEMENT Interested contractors must demonstrate a history of relevant elevator maintenance experience and include a summary of relevant (elevator maintenance contracts), and recent (within the last five fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed);
Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages.
Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website.
This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.