This Sources Sought Notice is issued solely for planning purposes and is published in accordance with FAR Part 10 and FAR 15.201(e). This is not a solicitation or call for proposals. Any proposal submitted in response to this request for information will not be considered. Information received from this sources sought notice is for planning purposes and market research only, and it will assist the Government in its acquisition strategy. The Government will not pay any costs incurred in the preparation of information for responding to this market survey or the Government’s use of the information. Proprietary information must be clearly identified as proprietary information. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The Government will not provide a debrief on the results of the survey.
Sources Sought – SSA is conducting a market survey/source sought to help determine the availability and technical capability of ALL qualified businesses capable of providing the requirement below.
Synopsis – The SSA HQ is seeking to establish a comprehensive Automatic Door Contract that provides a full range of services, including repairs, preventive maintenance, and 24/7 emergency repair services for automatic door systems. The contract aims to ensure safety and reliability, extend the lifespan of the doors through proactive maintenance, and deliver rapid response in emergencies to minimize downtime. Interested vendors are encouraged to submit their proposals, demonstrating their ability to meet these service requirements effectively.
For more information, please review the attached draft Statement of Work (SOW).
Responses – Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm’s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government’s review of the industry’s ability to perform or provide these requirements.
Firms shall include the following information with their responses:
1. Organization name, unique entity identification (UEI) number, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number.
2. Answers to the following experience related questions.
a) Can you provide an overview of your company's experience in servicing and maintaining automatic doors specifically for government or commercial facilities? Please include details on similar projects undertaken, particularly those involving multiple buildings.
b) What specific protocols and methodologies do you employ for diagnosing and repairing automatic door malfunctions? How do you ensure the repairs are compliant with industry standards and safety regulations?
c) Please describe your preventive maintenance program for automatic doors. What specific tasks are included, and how frequently do you recommend performing these services to ensure optimal performance?
d) What is your typical response time for emergency repairs? Can you outline your emergency service process and the availability of technicians to address urgent issues outside of regular business hours?
e) What qualifications and training do your technicians possess regarding automatic door systems? Please provide information on any relevant certifications or ongoing training programs related to repairs and maintenance.
f) How do you manage the sourcing and availability of replacement parts for automatic doors? Can you ensure that all parts used are compliant with manufacturer specifications and applicable regulations?
g) What performance metrics do you track related to maintenance and repair services? How do you report these metrics to your clients, and what measures do you take to continuously improve service quality?
3. Type of ownership/or company structure and socioeconomic status (i.e. small business, small, disadvantaged business, 8(a), etc.);
4. Whether services are offered on a General Services Administration (GSA) Multiple Award Schedule/Federal Supply Schedule contract, and if so, the GSA contract number and applicable special item number (SIN); and
5. Whether or not the respondent is registered in System for Award Management (SAM).
Questions/Comments – SSA invites interested parties to provide comments on the attached draft statement of work. The Government will consider questions/comments received in developing the solicitation documents, should a solicitation be posted.
Submission – All responses shall be limited to ten pages and must be sent via email to Robyn.Norris@ssa.gov no later than 1:00 PM EST, Friday, February 14, 2025.