Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOURCES SOUGHT

H -- Elevator Maintenance Services

Notice Date
4/30/2025 6:57:26 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DCSO-RICHMOND DIVISION #3 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP4705_Elevator_Maintenance
 
Response Due
5/7/2025 7:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Odemaris Dekle, Chelsea Lee
 
E-Mail Address
odemaris.dekle@dla.mil, Chelsea.Lee@dla.mil
(odemaris.dekle@dla.mil, Chelsea.Lee@dla.mil)
 
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION DEFENSE LOGISTICS AGENCY HQ ELEVATOR MAINTENANCE SERVICES PREAMBLE: THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY. This Sources Sought is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ), a Request for Proposal (RFP), Invitation for Bid (IFB), or a promise to issue an RFQ/RFP/IFB in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this RFI should not anticipate feedback with regard to their submission. The information provided in this RFI is subject to change and is not binding on the Government. Additionally, DCSO is not seeking quotes/proposals at this time and will not accept quotes/proposals at this time. Vendors are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding to this posting will be solely at the interested party�s expense. Not responding to this posting does not preclude participation in any future RFQ/RFP, if one is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to this requirement. ***See Attached DRAFT Performance Work Statement for Requirement Specifics*** ** REQUEST FOR INFORMATION ONLY ** QUOTES WILL NOT BE ACCEPTED AT THIS TIME. ** Interested parties are requested to respond to this Sources Sought. Vendors are encouraged to review the attached draft PWS and provide comments, questions, or critiques directly within the Word document and return a marked-up copy via email along with their RFI response. The contractor must provide information, which includes the following at a minimum: Company Information: Name of Government contact, company name, company CAGE code, mailing address, phone number, and email of designated point of contact. Capability Statement: Describe your company's capabilities and experience relevant to the attached draft PWS. Specifically address the following key areas: Experience maintaining and repairing Dover Traflomatic IV and Swift Meridia elevators. Include technician certifications. Ability to meet the required 15-minute/1-hour emergency response times. Briefly describe your 24/7 emergency dispatch process. Confirmation of your ability to meet the Secret-level security clearance requirement for all personnel. Summary of your safety program and compliance with ANSI/ASME A17 and OSHA regulations. Business Type: Indicate your business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS codes 238290, and 561210. Contractors are cautioned; however, this is a general description only. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. Relevant Government Contract Experience: Share relevant government contract experience, including contract numbers if available, demonstrating your ability to provide similar services within the DLA enterprise or other government entities. If applicable, please identify any existing GSA Schedule contracts relevant to this requirement and provide the contract number. Responses are due no later than 10am (EST), Wednesday, May 7, 2025. Responses shall be limited to 5 pages and submitted only via email to the acquisition personnel identified below. All pages beyond the Fifth page may not be reviewed or considered. The Government will not review late submissions. NO PHONE CALLS WILL BE ACCEPTED. Points of Contact: Odemaris Dekle and Chelsea Lee DLA Contracting Services Office � Richmond, VA Email: Odemaris.dekle@dla.mil Chelsea.lee@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27eb66b13982481c9421146654153962/view)
 
Place of Performance
Address: 22060
Zip Code: 22060
 
Record
SN07427099-F 20250502/250430230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.