Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

J -- Fire Protection Systems Maintenance and Repair Services, Red Hill/Fleet Logistics Center, Oahu, Hawaii

Notice Date
6/27/2023 2:29:37 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247823R2417
 
Response Due
7/11/2023 1:00:00 PM
 
Archive Date
07/26/2023
 
Point of Contact
Jennifer Hue, Phone: 8084711592, JULIE SHIMODA, Phone: 8084749841
 
E-Mail Address
jennifer.m.hue.civ@us.navy.mil, julie.m.shimoda.civ@us.navy.mil
(jennifer.m.hue.civ@us.navy.mil, julie.m.shimoda.civ@us.navy.mil)
 
Description
1.�������� 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. 2.�������� The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Fire Protection Systems Maintenance and Repair Services, Red Hill/Fleet Logistics Center, Oahu, Hawaii.� The Contractor shall perform maintenance and repair for the following: Building Systems ��� -Fire Alarm and Detection Systems ��� -Fire Suppression Systems ��� -FM-200 Fire Suppression Systems ��� -Fire Pumps ��� -Exterior Radio Fire Alarm Reporting Systems ��� -Foam Fire Suppression Systems*� *This may or may not be included in the requirement and will be specified in any resulting solicitation.� This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability.� 3.�������� All inspection, testing, maintenance, repair, replacement and installation tasks for fire protection systems shall be performed by qualified personnel in accordance with UFC 3-601-02, including Appendix A, except as modified below: Contractor personnel who only meet qualifications or licensing from a state are NOT considered qualified under this contract. Technicians must meet at least one of the other qualifications identified within UFC 3-601-02, and as further modified below. Contractor personnel performing inspection, testing, and maintenance, (ITM) tasks shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications: Foam Extinguishing Systems (Spec Item 3.2.1.3)*: NICET Level III in Special Hazard Systems or NICET Level III in Inspection & Testing of Water-Based Systems FM-200 Fire Suppression Systems (Spec 3.2.1.4): NICET Level III in Special Hazard Systems Contractor personnel performing repair, replacement, and installation tasks shall have as a minimum, the following current and valid NICET certifications: Automatic Sprinkler Systems (Spec Item 3.2.1.2): NICET Level II Water-Based Systems Layout Foam Extinguishing Systems (Spec Item 3.2.1.3)*: NICET Level III in Special Hazard Systems FM-200 Fire Suppression Systems (Spec Item 3.2.1.4): NICET Level III in Special Hazard Systems Personnel who do not meet the qualifications in accordance with UFC 3-601-02 or as specified above may assist personnel who do meet the qualifications for the tasks being performed. At no time are unqualified personnel allowed to perform tasks without a qualified person physically present within the same facility where tasks are being executed. Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro-chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1D. Personnel performing work in HAZMAT/HAZWASTE must complete the HAZMAT/HAZWASTE handling course or have a minimum of one year of experience working with HAZMAT/HAZWASTE. 4.�������� Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine); preventative maintenance (PM) program of fire protection systems (fire alarm systems, automatic sprinkler systems, foam extinguishing systems*, and FM-200 Fire Suppression systems); and inspection, testing, and certification program.� Non-recurring work includes, but is not limited to, Unit Priced Labor Work � Subject to Wage Rate Requirements, Unit Priced Labor Work � Service Contract Labor Standards, and Material costs. 5.�������� Procurement Method:� Contracting by Negotiation.� The NAICS Code for this procurement is 561621 and the annual size standard is $25 million.� The contract term will be a base period of one year plus four option years.� The Government will not synopsize the options when exercised.� Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards.� 6.�������� Interested sources capable of providing the required services must respond by e-mail to Jennifer.m.hue.civ@us.navy.mil no later than July 11, 2023 at 10:00AM HST.� Interested sources shall provide their response using Attachment S-1. 7.�������� No other information is required at this time.� This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract.� An award will not be made on responses to this notice.� This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.� Based upon the responses received, the Government will determine the set-aside method for the procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c9157995c344ba49279ef64aec66942/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN06730111-F 20230629/230627230049 (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.