Kansas Bids > Bid Detail

Inspect, Test & Repair Lightning Protection Systems on USDB Camera Poles

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159022334932612
Posted Date: Jul 13, 2023
Due Date: Jul 20, 2023
Solicitation No: PANMCC23P0000017280
Source: https://sam.gov/opp/974ecd888c...
Follow
Inspect, Test & Repair Lightning Protection Systems on USDB Camera Poles
Active
Contract Opportunity
Notice ID
PANMCC23P0000017280
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
FDO EUSTIS
Office
W6QM MICC-FT LEAVENWORTH
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 11, 2023 01:22 pm CDT
  • Original Response Date: Jul 20, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H959 - OTHER QC/TEST/INSPECT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA
Description

INTRODUCTION





The Directorate of Public Works/United States Disciplinary Barracks is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to Inspect, Test, Report & Repair Lightning Protection Systems (LPS) on Security Camera Utility Poles at the USDB, Fort Leavenworth, KS. The intention is to procure these services on a competitive basis. See the DRAFT Statement of Objectives (attached) for full details of this requirement.





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.





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





The Lightning Protection Systems require the Contractor to inspect, test, and report findings along with a detailed cost sheet of all necessary repairs, that if acted upon, will result in fully functional LPS and the safe operations of this vital security layer, additional cost savings will be realized in the protection of the cameras and digital data transmission cables attached to these poles by way of secondary grounding cables and wires.





REQUIRED CAPABILITIES





The Contractor shall provide all labor, tools, transportation, equipment, and any sundry supplies and parts to inspect, test, and create a detailed report of these findings. In addition, the Contractor shall create a detailed line-item invoice of component parts, assemblies and devices that would be required to be replaced, repaired or installed to meet or exceed all regulatory minimum standards to achieve fully functional LPS on each of the fourteen (14) identified concrete utility poles. Each identified pole has security cameras, electronic devices and data transmission lines that must also be grounded using secondary attachment points to ground, also meeting, or exceeding all regulatory minimum standards.





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.





ELIGIBILITY





The applicable NAICS code for this requirement is 238290 – Lightning Protection Equipment (e.g., lightning rod) installation with a Small Business Size Standard of $22M. The Product Service Code is H959. 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 (CAPABILITIES STATEMENT)





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 1 pm, CST, 20 July 2023. All responses under this Sources Sought Notice must be e-mailed to eric.p.grande.civ@army.mil and larissa.a.brown2.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, DUNs 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 90 days with performance commencing in August 2023.





The contract type is anticipated to be Firm-Fixed Price.





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.





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
  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 11, 2023 01:22 pm CDTSources 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 >