Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

J -- Naval Medical Center Portsmouth, VA Fire Protection and Integrated Security System

Notice Date
11/9/2022 8:16:28 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522R2684
 
Response Due
7/22/2022 2:00:00 PM
 
Archive Date
05/01/2023
 
Point of Contact
Krystal Goodman, Phone: 7573411657, Pamela Waller, Phone: 7573411581
 
E-Mail Address
krystal.goodman@navy.mil, pamela.a.waller2.civ@us.navy.mil
(krystal.goodman@navy.mil, pamela.a.waller2.civ@us.navy.mil)
 
Description
THIS IS A REVISED SOURCES SOUGHT NOTICE ONLY.�This is not a request for proposal and no contract will be awarded from this notice.� There will not be a solicitation, specifications, or drawings available at this time.� This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.� Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Preventative Maintenance and Repair, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring services is anticipated.� The total contract term, including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that provides best value to the Government. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide maintenance and repair services for specifically designed SimplexGrinnell-Johnson Controls systems at the Naval Medical Center for the Fire Alarm and Sprinkler System, Nurse Call System, CCTV, and IESS. These systems include Simplex microprocessor-based Model 4120 Programmable Network Fire alarm System controls Simplex 4020 Panel system, and the Simplex 5100 Head End System.� These systems support fire alarms, security/access controls, and the zone paging, public address, and the nurse call systems located at the Naval Medical Center Portsmouth (NMCP) and throughout the Naval Medical Center and its outlying clinics, therefore only SimplexGrinnell-Johnson Controls� authorized technicians are permitted to work on these systems. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.� All qualified firms are encouraged to respond. The appropriate NAICS Code is 561621. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: � (1) Examples of projects worked within the last five (5) years of similar size, scope, and complexity as the work indicated. Projects including fire suppression, CCTV, and access control systems all manufactured by SimplexGrinnell-Johnson Controls. Knowledge of the state regulations within the area of responsibility (AOR). �Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact. Size:� A maintenance service contract with a yearly value of at least $2,108,593.00 or greater for recurring services.� Indefinite Quantity/Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: �Workmanship for maintenance and repair shall include all work necessary to complete facility and system restoration, including accessing the specifically designed Naval Medical Center SimplexGrinnell-Johnson Controls system and perform operational checks.� Upon completion of work, the Contractor shall ensure all facilities, systems, and equipment are free of missing components or defects which would affect the safety, appearance, or habitability of the facilities and structures or would prevent any electrical, mechanical, plumbing or structural system from functioning in accordance with design intent.� Repairs shall be made in accordance with the manufacturers� specifications and guidelines, and standard building codes.� The quality of repairs shall meet the applicable standards and shall prevent any malfunction reoccurrences caused by poor workmanship, failure to access system controls or other contractor inadequacies. Complexity:� Demonstrate the ability to respond simultaneously to service calls and maintenance requirements for various types of preventative maintenance, hardware maintenance, and software programming and repair of SimplexGrinnell-Johnson Controls proprietary equipment systems at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. � The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. �Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. �Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be submitted electronically.� Please email to krystal.goodman@navy.mil.� Responses must be received no later than 5:00 PM Eastern Time on July 22, 2022.� LATE RESPONSES WILL NOT BE ACCEPTED.� Questions regarding this sources sought notice may be addressed to Krystal Goodman at the above address, email at krystal.goodman@navy.mil, or via telephone at (757) 341-1657.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f635d5797a4c41f9b6ab77452a667eef/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN06514269-F 20221111/221109230115 (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 |
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.