Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOLICITATION NOTICE

Z -- Preventative Maintenance and Repair for Fire Protection Systems

Notice Date
5/19/2015
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008515R0830
 
Point of Contact
Kelly Cannon 9104512582 Kelly Cannon
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITATION SYNOPSIS ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of the upcoming solicitation for providing preventative maintenance (PM), inspection, testing and repair of fire alarm and detection systems and fire suppression systems for Marine Corps Base Camp Lejeune and Marine Corps Air Station New River. The North American Industry Classification System (NAICS) Code for this requirement is 561621 with a size standard of $20,500,000.00. A sources sought notice was posted on 24 March 2015 under solicitation N40085-15-R-0830 to determine availability and capability of businesses to perform the requirement. A draft solicitation was posted on 31 March 2015 for additional market research purposes and industry feedback. Based on market research results, the procurement will be solicited as a 100% total small business set-aside. NAVFAC Mid-Atlantics Office of Small Business Programs concurs with the determination to solicit as a 100% total small business set-aside. ROICC Camp Lejeune anticipates awarding a combined Firm Fixed Price and Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract with a base period of 12 months plus four (4) one-year option periods, to be exercised at the discretion of the Government. The total term of the contract, if all options are exercised, will be for 60 months. The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR Clause 52.217-8, Option to Extend Services . In either case, the Government will not synopsize the options when exercised. The applicable Service Contract Act (SCA) Wage Determination is 05-2393, Revision No. 16, Date of Revision: 12/22/2014. A complete copy of the wage determination can be found at http://www.wdol.gov/. The solicitation will be available on or about 9 June 2015. The estimated date for receipt of proposals is 30 days after the solicitation issue date. This solicitation is available in electronic format only. Offerors can view and/or download the solicitation at www.neco.navy.mil and www.fedbizopps.gov/. Qualified Contractors must be registered in the System for Award Management (SAM) website: https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the Navy Electronic Commerce Online website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Points of Contact: KELLY J. CANNON CLIFTON GAITHER Contracting Officer Contract Specialist kelly.cannon@navy.mil clifton.gaither@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008515R0830/listing.html)
 
Record
SN03736182-W 20150521/150519235517-bef41c927265002d54decb6f428740ac (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.