Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

J -- Fire Suppression Systems, Maint & Repair - Package #1

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, ACC OO, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN-20-Q-0006
 
Archive Date
11/15/2019
 
Point of Contact
Anthony Reyes, Phone: 8086560980
 
E-Mail Address
anthony.g.reyes1.civ@mail.mil
(anthony.g.reyes1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Tech Exhibit #3 Tech Exhibit #2 Tech Exhibit #1 Draft PWS This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The 413th Contracting Support Brigade (CSB), Regional Contracting Officer (RCO) Hawaii at Wheeler Army Air Field, Schofield Barracks, Hawaii is seeking commercial sources to provide maintenance and repair of the fire suppression systems at Oahu and Hawaii (Big Island) to include routine and emergency repair services. It is anticipated that the contract performance period will include one basic period from 17 Dec 2019 to 16 Dec 2020, with four (4) one-year option periods extending through 16 Dec 2024. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 238220, Plumbing, Heating, & Air Conditioning Contractors. The small business size standard is $16.5 Million. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size, business status) and a description of same/similar services offered to the Government and to commercial industries. The Government will use this information in determining its set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements no later than 13 Nov 2019/4:00pm. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Interested vendors should submit their capability statement in writing, limited to three pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1. A statement of interest in services contained herein 2. A synopsis of the contractor's capabilities and related experience, limited to three pages. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dda3fdd423238f6e3fbedc09b2032eff)
 
Record
SN05491672-W 20191109/191107230651-dda3fdd423238f6e3fbedc09b2032eff (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  © 1994-2020, Loren Data Corp.