Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOURCES SOUGHT

S -- Inspection, Testing & Maintenance of various Fire Preventive Systems

Notice Date
2/16/2012
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
SS-AA5412
 
Archive Date
3/30/2012
 
Point of Contact
Connet M Broadnax, Phone: 757-628-4121, Reginald B. Henderson, Phone: 757-628-4129
 
E-Mail Address
connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil
(connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE only (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Coast Guard Shore Infrastructure Logistics Center (SILC), Norfolk, VA to identify sources capable of providing Inspection, Testing, and Corrective action both non-emergency and emergency situations and all required Preventive Maintenance of all Installed Automatic Fire Alarm Systems, Water Based Fire Protection Systems and Pumps, and Kitchen Hood Suppression Systems for the U.S. Coast Guard Base Support Unit (BSU) Elizabeth City, NC for a base year period, plus four option years, if exercised by the Government, beginning 1 September 2012. A solicitation will be issued before long and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov or www.fbo.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The Contractor shall provide all personnel, equipment, tools, materials and all other items necessary to perform these services. All services will be performed throughout the Coast Guard BSU Elizabeth City complex. The Contractor shall perform all services in accordance with a Performance Work Statement (PWS), as well as applicable local, state and federal regulations and CG BSU Instructions. The mission is to provide and maintain a safe, clean and healthy environment for all the residents, military/civilian personnel, tenant commands and visiting members of the public. To accomplish this mission, it is essential that the personnel, properties and facilities of the BSU have qualified technicians to perform the above requirements. The majority of the fire alarm and suppression systems were installed prior to 2001 and were meant to comply with the requirements of NFPA 72 "Standard for the Installation, Maintenance, and Use of Protective Signaling systems". Major buildings have an intermediate fire alarm/supervisory control unit or units, which operate from building power (some with battery backup) and control two-conductor alarm initiating devices, two conductor indicating devices, and auxiliary functions. The central alarm system is located at the BSU Fire Department and detects all changes in zone status via the various building circuit interfaces through the use of a Monaco system. Hours of Operation: Non-emergency work and routine maintenance will be conducted during normal work hours (0700-1630, Monday through Friday with the exception of Federal Holidays). No Non-emergency work will be done on Federal Holidays. The North American Industry Classification Standard (NAICS) Code is 561621 (Security Systems Services (except Locksmiths) with an applicable size standard of $12.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http//www.sba.gov/regulations/121/. Any interested firm capable of providing these services is requested to respond via e-mail to: connet.m.broadnax@uscg.mil no later than 4:00 p.m., 2 March 2012 with the following documentation: Name of Company and Address, Point of Contact, Phone number and Email address, Dun and Brad Street Number, Business Size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned, or large business) In addition, past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years only, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/SS-AA5412/listing.html)
 
Place of Performance
Address: USCG Base Support Unit Elizabeth City, Elizabeth City, North Carolina, 27909-5006, United States
Zip Code: 27909-5006
 
Record
SN02677241-W 20120218/120216234915-a277cd7db4faf8887501bfe0bf7d4e3a (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.