SOURCES SOUGHT
Z -- perform Preventive Inspection, Testing and Maintenance (ITM) services for clean agent fire suppression systems
- Notice Date
- 5/10/2021 9:52:35 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R0120
- Response Due
- 6/10/2021 3:00:00 PM
- Archive Date
- 06/25/2021
- Point of Contact
- Ken Seymour, Phone: 8476885395248
- E-Mail Address
-
kenneth.d.seymour@navy.mil
(kenneth.d.seymour@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. Naval Facilities Engineering Command Mid-Atlantic is specifically seeking 8(a) Small Businesses, HubZone Small Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.� The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Preventive Inspection, Testing and Maintenance (ITM) services for a clean agent fire suppression system.� The individual clean agent system covers a room, or rooms in three separate buildings at Great Lakes Naval Station.� One building has two (2) clean agent systems, in close proximity to each other, with each system covering one individual room.� The other two buildings each have one (1) clean agent system covering one room. There are two aspects of this project: Recurring services and non-recurring services. Recurring services: The Contractor shall maintain, repair, and alter facilities, personal property equipment and installed equipment and systems to ensure they are fully functional and in normal working condition. Non-Recurring Services: The Contractor shall perform Service Orders work in a timely manner and ensure facilities, personal property equipment and installed equipment and systems are restored to a safe, normal working condition and function properly. A complete list of specifications will be included in the solicitation. The Government intends to award a combination Firm Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of one year plus four (4) option periods of one year each.� The total term of the contract, including all options, will not exceed sixty (60) months.� The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause.� In either case, the Government will not synopsize the options when exercised.� The total estimated value for all work (recurring and non-recurring) for the entire five (5) year period of performance is under $75,000.00 The North American Industry Classification System (NAICS) Code for this procurement is 238220 and the annual size standard is $16,500,000.00.� All Small Business concerns are encouraged to respond.� The Government will not pay for any information solicited.� Respondents will not be notified of the results of this market analysis.� One of the main functions of this Sources Sought is to assist the Contracting Officer in determining whether a Small Business concern set-aside is an acceptable strategy for this procurement. Notifications of interest must be submitted via email using the included Sources Sought Questionnaire; phone calls will NOT be accepted.� Interested parties should respond as soon as possible but NO LATER THAN 5:00 p.m. 10 June 2021.� Responses to this Sources Sought Notice shall be emailed to the following address: kenneth.d.seymour@navy.mil.� Questions will NOT be entertained at this time.� Offerors can view and/or download the synopsis and solicitation, and any attachments, at� https://beta.sam.gov/ when it becomes available.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7c69e203945847faa755a441e14ae9e4/view)
- Place of Performance
- Address: Great Lakes, IL 60088, USA
- Zip Code: 60088
- Country: USA
- Zip Code: 60088
- Record
- SN05997252-F 20210512/210511201424 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |