SOURCES SOUGHT
J -- Halon Fire Extinguisher Service
- Notice Date
- 8/17/2022 9:46:36 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7NX USPFO ACTIVITY PAANG 193 MIDDLETOWN PA 17057-5071 USA
- ZIP Code
- 17057-5071
- Solicitation Number
- F7A3DL2067AW01
- Response Due
- 8/23/2022 4:00:00 AM
- Point of Contact
- TSgt Caitlyn Hart
- E-Mail Address
-
caitlyn.hart@us.af.mil
(caitlyn.hart@us.af.mil)
- Description
- The Pennsylvania Air National Guard, 193 MSC, Middletown, PA is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service- Disabled Veteran-Owned (SDVO) small businesses that are capable of providing Local Telecommunication Service as defined in the attached Performance Work Statement. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Detailed Specifications are listed below: 1. The contractor shall provide all personnel, equipment, tools, materials, supervision and quality control necessary to perform inspection, maintenance, repair, and recharge portable and wheeled fire extinguishers. This includes Inspection of the Down Tube and Valve Assembly Solder, Low Pressure Test of the Down Tube and Valve Assembly to Test the Soldering, and Hydrostatic Testing, as needed. 2. The equipment identified below must undergo Inspection of the Down Tube and Valve Assembly Solder, and Low Pressure Test of the Down Tube and Valve Assembly to Test the Soldering. All work completed shall maintain standards established by Technical Manual/Order (TO) 13F4-4-121. Currently, the 193d Special Operations Wing has 16 extinguishers which must be inspected, 6 of which also require Hydrostatic testing in accordance with National Fire Protection Association (NFPA) 10 Standard for Portable Fire Extinguishers, 2022 Edition. a. Equipment: 16 Each, 150LB Halon 1211 Wheeled Flightline Fire Extinguishers:a. Brand: Amerex; b. Model #: 600; c. NSN: 4210-01-140-2233. 3. Performance of Services: Services shall be accomplished within 30 calendar days from pickup. Services shall be conducted at the contractor�s facility. The contractor is responsible for all transportation required in performance of this contract, this includes pick-up and delivery of the equipment identified. Pick-up and delivery shall be scheduled with the Government Point of Contact (POC) not later than 3 business days in advance. 4. Maintenance, servicing, and recharging shall be performed by trained persons having available the appropriate servicing manual(s), the proper types of tools, recharge materials, lubricants, and manufacturer�s recommended replacement parts. The contractor shall perform all maintenance and inspections using TO 13F4-4-121 or appropriate vendor�s commercial manual. The determination of whether or not a vendor�s commercial manual is appropriate is to be determined by the Government Point of Contact (POC). All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $11.0 MIL. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required service. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Responses may be submitted electronically to the following e-mail address: caitlyn.hart@us.af.mil. All correspondence sent via email shall contain a subject line that reads ""F7A3DL2067AW01, Halon Fire Extinguisher Service"" If this subject line is not included, the email may be automatically deleted by Government email filters without notification to the recipient. Attachments with files ending in .zip or .exe are not allowable and will also be deleted by the Government filter without notification to the Government. Only .pdf, .doc, .docx, .xsls or .xls documents may be attached to your email. RESPONSES ARE DUE NOT LATER THAN 23 August 2022 BY 7:00 AM Eastern Time. Direct all responses concerning this notice to TSgt Caitlyn Hart at caitlyn.hart@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d58bc38e61ac4612ac64ec9ee0c04726/view)
- Place of Performance
- Address: Middletown, PA 17057, USA
- Zip Code: 17057
- Country: USA
- Zip Code: 17057
- Record
- SN06431533-F 20220819/220817230134 (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 |