The Performance Work Statement (PWS) for MICC-Fort Liberty, NC, outlines the requirements for a non-personal services contract focused on the maintenance and repair of elevators, dumbwaiters, material lifts, and wheelchair lifts across various facilities, including Fort Liberty and Pope Army Field. The contractor is responsible for providing all necessary resources, including labor, tools, and parts, while adhering to federal, state, and local regulations. Key services include inspections, preventative maintenance, replacement of defective parts, and compliance with industry standards like ANSI and OSHA. The contractor must maintain quality control through a Quality Control Plan (QCP) and will be subject to oversight by the Contracting Officer’s Representative (COR). Security requirements necessitate personnel background checks and compliance with access protocols, particularly in sensitive areas. The contract is established as firm-fixed-price and includes stipulations on insurance, reporting labor hours, safety requirements, and operational conduct. Overall, the document serves to ensure ongoing safe and effective operation of lift systems while aligning with government oversight and regulatory standards.
The U.S. Government is seeking responses from qualified small businesses for the maintenance and repair of elevators, dumbwaiters, material lifts, and wheelchair lifts at Fort Liberty, North Carolina. This Sources Sought Notice aims to assess interest and capabilities of small businesses in fulfilling this requirement, which encompasses approximately 208 pieces of equipment across various facilities. Eligible firms may include those in the 8(a), Service-Disabled Veteran-Owned, Women-Owned categories, among others.
The notice underscores that this is not a solicitation for contracts but a market research tool to inform future procurement processes. Interested businesses must submit a capability statement detailing their qualifications, experience, and strategies for pricing, competition facilitation, and potential contract structuring. The notice requests information on the company's background, interest in a prime contract, previous relevant experience, pricing details, and any suggested improvements for contract requirements, addressing potential barriers to competition.
Responses must be concise, limited to two pages, as standard marketing brochures will not be accepted. This effort supports the Army’s goal to ensure adequate maintenance services while promoting small business participation in government contracting opportunities.