Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2008 FBO #2508
SOURCES SOUGHT

J -- Inspection, testing, and maintenance of fire extinguishing and fire alarm systems and equipment including fire alarm auxiliary systems in the Washington, DC, Maryland and Virginia area.

Notice Date
10/6/2008
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008009R2001
 
Response Due
11/6/2008
 
Archive Date
12/8/2008
 
Point of Contact
Tisa Harvin (202) 685-3144<br />
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: Naval Facilities Engineering Command Washington (NAVFAC Washington) is seeking to identify potential offerors who are capable of providing inspection, testing, and maintenance of fire extinguishing and fire alarm systems and equipment including fire alarm auxiliary systems, personnel specifically qualified and trained to work on specific types of fire protection systems and equipment. This procurement is planned to be set aside for small business. All service-disabled veteran-owned small businesses, certified HUBZONE small businesses, and certified 8A small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the government will determine whether a set-aside acquisition in lieu of full and open competition is in the government's best interest. This is a market research tool to determine the availability of sources prior to issuance of an RFP. This announcement is for information and planning purp! oses only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC Washington) team, implied for otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If solicitation is issued Source Selection Procedures will be used, which will require offerors to submit technical experience, past performance, and price evaluation. Small Business Administration (SBA) endorsed joint ventures or teaming arrangements will be acceptable for this requirement. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS Code for this proposed procurement is 561621 Security Systems Services (except Locksmiths); Size Standard $11.5 million. There will be a 30 day transition period to full performance. If awarded, the contract will consist of a base period and options totaling 60 months of performance. DESC: The contractor must posses, and maintain through the life of the contract, the following Corporate and/or individual staff certifications. The offeror shall submit complete and legible current documents as evidence of meeting these mandatory corporate and staff requirements:Underwriters Laboratories Certification for the Installation and Testing of Fire Alarm systems. Maintenance field staff having National Institute for Certification in Engineering Technologies (NICET) certificates as an Engineering Technician with a Level II rating or higher in each: Automatic Sprinkler, Fire Alarm, and Special Hazards Systems Programs. Not all personnel must be certified, but, at a minimum a certified individual for each specialty area must have oversight of each field office. One person may possess all three certifications. It is intended that the contractor quality control or supervisor have these certifications. Design staff having National Institute for Certification in Engineering Technologies (NICET) certificates as an Engineering Technician with a Level III rating or higher in each: Automatic Sprinkler, Fire Alarm, and Special Hazards Systems Programs. Department of Transportation (DOT) Certification for the testing of compressed gas cylinders. A regi! stered professional fire protection engineer on staff. The work is located in the Naval District Washington facilities in the greater Washington DC, Maryland, and Virginia area. These areas include Annapolis, MD; South Potomac, North Potomac, Patuxent River, Washington DC, Bethesda, MD; Quantico, VA; Thurmont, MD The physical locations include but may not be limited to National Naval Medical Center Base, Bethesda MD; National Naval Medical Center Hospital Complex, Bethesda, MD; Naval Research Laboratory, Naval Support Activity Center Carderock, Naval Support Activity-Dahlgren, Naval Support Activity-Indian Head, Naval Observatory, Washington DC; Washington Navy Yard, Anacostia Annex, Navy Lodge, Navy Quarters, Arlington Service Center, and Bellevue Housing Complex, Naval Maritime Intelligence Center, Suitland, MD; Naval Air Facility Andrews Air Force Base, Camp Springs, MD; David Taylor Research Center Carderock, Bethesda MD; Solomon's Complex, Solomons, MD; Navy Lodge Washington, Washington, DC; Uniformed Services University o! f the Health Sciences (USUHS), Bethesda, MD, Naval Support Facility, Indian Head, MD; Naval Support Facility, Dahlgren, VA; Henerson Hall, Arlington VA; Services shall include fire protection system inspection, testing, maintenance and repair. Provided services will include all necessary labor, supervision, tools, materials, equipment and transportation. Maintenance and repair services include but may not be limited to:.Emergency Service Calls.Preventative Maintenance.Indefinite Quantity Task Orders. Systems and Equipment to be serviced under contract include but may not be limited to:.Fire Alarm Reporting Systems.Fire Detection and Alarm Systems (including optical flame detection equipment and air sampling smoke detection equipment).Wet Pipe Automatic Sprinkler Systems.Dry Pipe Automatic Sprinkler Systems.Deluge Automatic Sprinkler Systems.High Speed and Ultra-High Speed Deluge Systems.Pre-Action Automatic Sprinkler Systems.Water Spray Systems.Water Mist Systems.Foam and Foam Water Systems.Standpipe Systems.Fire Pumps.Water Supply Tanks.Dry Chemical Systems.Halon Systems.Other Clean Agent Systems.Cabon Dioxide Systems.Residential Smoke Detectors.Residential Sprinkler Systems.Smoke and Fire Dampers.Fire Shutters.Intrusion Detection systems Statement of capabilities submittal requirements: The statement of capability will determine the feasibility and/or basis for NAVFAC Washington's decision to establish this requirement as a competitive regional small business, competitive 8(A), HUBZONE small business or service disabled veteran-owned small business, set-aside acquisition. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail the firm's capability of providing inspection, testing, and maintenance of fire extinguishing and fire alarm systems and equipment including fire alarm auxiliary systems, personnel specifically qualified and trained to work on specific types of fire protection systems and equipment. Your SOC shall include the following: (1) Full name and address of the firm; (2) Year firm was established; (3) Name of two principals (including titles, telephone and fax numbers); (4) A copy of 8A certifications (if 8A certified, provide the SBA business oppor! tunity specialist's name and phone number assigned); HUBZONE certification and SDVOSB status or small business status;.(5) Indicate if the firm is registered in the Department of Defense(DOD) Central Contractor Registration (CCR) Database; (6) Provide proof of licenses and bonding capacity; (7) Information on relative past projects that best illustrate your qualification for this contract, of specific interest are multi-site projects(list up to 5 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing maintenance & repair of weight handling equipment. Provide the following information for each project listed: A. Contract number and project title; B. Name of contracting activity; C. Administrative contracting officer's name, current phone number; D. Contracting officer's technical representative or primary point of contact name and current phone number.; E. Con! tract type (e.g. firm-fixed price, IDIQ combination firm-fixed price /IDIQ requirements or cost plus); F. Period of performance (start and completion date); G. Annual award amount and final contract value; H. Summary of contract work; (8) Training /mobilization capability to get from award to start date; and (9) Sub-contract management to provide information on any proposed teaming arrangements (i.e. team members, previous relationships with proposed team members and percent of work anticipated to be subcontracted) (Note: Any joint ventures with 8A members must comply with code of federal regulations (CFR) Title 13, Section 124.513). The government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm's capabilities to perform the defined work. The SOC must be on 8.5 X 11 standard paper and is limited to 10 single-sided pages (10-12 font), including all attachments. Interested parties shall mail, hand del! iver, or e-mail the SOC responses to: NAVFAC Washington, (ATTN: Tisa Harvin), 1314 Harwood Street SE, Washington Navy Yard, Washington, DC 20374-5018, OR e-mail: TISA.HARVIN@NAVY.MIL the point of contact for any questions and/or concerns is Tisa Harvin, phone: (202) 685-3144. SOC's are due no later than 2:00PM EST November 6, 2008 Point of contact: Tisa Harvin, Contract Specialist, phone: 202-685-3144, fax: 202-685-1788, Email: tisa.harvin@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=72562dabfffdc6a95c3a7da7f2fa8de9&tab=core&_cview=1)
 
Record
SN01688523-W 20081008/081006214852-72562dabfffdc6a95c3a7da7f2fa8de9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.