Colorado Bids > Bid Detail

Mitchell Maintenance Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159009524314945
Posted Date: Dec 19, 2022
Due Date: Jan 17, 2023
Solicitation No: FA255023QDFAC
Source: https://sam.gov/opp/fd294870a4...
Follow
Mitchell Maintenance Services
Active
Contract Opportunity
Notice ID
FA255023QDFAC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
USAFA
Office
FA7000 10 CONS LGC
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 19, 2022 10:06 am MST
  • Original Response Date: Jan 17, 2023 01:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    USAF Academy , CO 80840
    USA
Description

This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA). This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 811310 and the size standard is $12,500,000.



The purpose of this notice is to identify businesses, in particular small businesses in socio-economic categories, capable and qualified to perform non-personal services to maintain and repair equipment in a Government-owned dining facility at the U.S. Air Force Academy.



Synopsis: The contractor shall be responsible for all management, tools, supplies, equipment, and labor necessary to maintain and repair the kitchen, food service, and materials handling equipment in accordance with the Performance Work Statement (PWS). In addition, the contractor shall provide maintenance on all equipment in accordance with manufacturer’s recommendations and standard commercial practices. Services shall be performed on, but not limited to, equipment listed in the PWS. New equipment shall be maintained as part of this contract after warranty periods have expired. The total quantity of equipment may vary by 5% during the life of the contract. The contractor is responsible for maintaining a “bench stock” of parts to perform on-the-spot emergency repairs and preventative maintenance. Such parts may consist of regularly used items such as thermostats, valves, electrical plugs, knobs and dials, belts and chains, hoses, and nozzles. The contractor is responsible for any consumable items used. Such items may include, but are not limited to, nuts, bolts, screws, small electrical fittings such as wire nuts and connectors, solder and/or flux, oil, grease, refrigerant gases, and cleaning/shop supplies.



Place of performance: Mitchell Hall, USAF Academy, Colorado Springs, CO 80840



The proposed contract is anticipated to be a Firm-Fixed Price contract with a base period and option periods with an estimate start date of 1 May 23.



All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through http://www.sam.gov. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis.



If you are a potential source interested in participating in this procurement, please submit a written response with your capability statement to the following:



E-mail: susan.ulma@us.af.mil, nathalieb.zepeda@us.af.mil and tammy.martin.6@us.af.mil.



Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If you are not interested in supplying this service, no response is necessary.



Responses should also include the following:



1. Company name, mailing address, CAGE code, DUNS number, point of contact, telephone number, and email address.



2. Business size status, e.g., 8(a), HUB Zone, Woman Owned Small Business, Service Disabled Veteran-Owned Small Business, small business, large business, etc.



3. Appropriate written information and/or data supporting your capability to provide this service.



4. Answers to the following questions:



a. Have you managed the maintenance of a dining facility or similar facility in the past?



b. Do you have any special business arrangements to perform this type of service (e.g., joint venture, partnership, subcontracting, etc.)?



c. What would you consider “risk” on the contractor’s part for this acquisition?



d. Are you able to be on site 5 days a week? Are you able to be on call on the weekends? Do you perform on-site emergency repairs?



e. How long do you recommend for phase in? How long of a contract do you recommend and why?



f. If you require different terms and conditions than those normally used by commercial industry what are those terms and conditions to the Government? Please feel free to provide a copy of your terms and conditions for this type of work.



g. Do you have any comments to the draft performance work statement?



h. What evaluation criteria do you recommend and why?



i. What is your estimated cost for this requirement (per year)? You will not be held to this price; it is only for market research purposes.



This notice is designed to locate responsible sources that have an interest, and could have the ability to manage, repair, and maintain kitchen equipment at the USAF Academy Mitchell Hall Dining Facility. If your organization is capable and qualified to provide these services, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 17 Jan 23, 1:00 p.m. MDT.



AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016)



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,



James Anderson



8110 Industrial Drive, Ste 103



USAFA, CO 80840



Telephone number 719-333-3829



FAX 719-333-9018



email: james.anderson.72@us.af.mil



Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.



(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.



(End of clause)




Attachments/Links
Contact Information
Contracting Office Address
  • CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 19, 2022 10:06 am MSTSources 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 >