Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2024 SAM #8334
SOURCES SOUGHT

J -- Fire Apparatus Maintenance and Repair for Naval Facilities Engineering Systems Command (NAVFAC) Southwest (SW) Area of Responsibility

Notice Date
9/19/2024 6:29:25 PM
 
Notice Type
Sources Sought
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324RFIRE
 
Response Due
9/30/2024 12:00:00 PM
 
Archive Date
10/15/2024
 
Point of Contact
Eley DeCuba, Phone: 6197054667, Abigail Ferdon, Phone: 6197054935
 
E-Mail Address
eley.a.decuba.civ@us.navy.mil, abigail.c.ferdon.civ@us.navy.mil
(eley.a.decuba.civ@us.navy.mil, abigail.c.ferdon.civ@us.navy.mil)
 
Description
Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is conducting market research in accordance with Federal Acquisition Regulations (FAR) Part 10 to identify sources that are capable of satisfying the Government�s need for the services described below. This is not a solicitation for quotations or proposals. 1. Project Title: Fire Apparatus Maintenance and Repair for Naval Facilities Engineering Systems Command (NAVFAC) Southwest (SW) Area of Responsibility 2. NAICS Code: 811198 - All Other Automotive Repair and Maintenance 3. Product Service Code: J012 - Maintenance, Repair, and Rebuilding of Equipment- Fire Control Equipment 4. Size Standard (see FAR 19.102): $9 Million annual receipts 5. Performance Period: Total Contract Term, if exercised, of 102 months to consist of: One (1) base period of 12 months, Seven (7) option periods of 12 months each, Extension of Services period of up to six (6) months 6. Total Estimated Value:�Not to Exceed $7.5M 7. Anticipated Contract Type: Indefinite Delivery Indefinite Quantity Contract for Non-recurring Services. Task Orders will be Firm Fixed Price. Work Requirements: Annex 1 General Information Annex 2 Management and Administration Annex 17 Base Support Vehicles and Equipment (Transportation) Services to be performed under the resulting contract may include the following Facilities Support Services, but are not limited to: Annex 1700000 � Base Support Vehicles and Equipment (BSVE) Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services at the Naval Facilities Engineering Systems Command (NAVFAC) Southwest (SW) area of responsibility (AOR) in accordance with applicable federal and state laws, regulations and ordinances, and Navy policy. The type of contract anticipated for this procurement is an indefinite delivery-indefinite quantity (IDIQ) type, performance-based contract that is comprised of Non-Recurring Work Items. The Performance Work Statement Annexes applicable to this Contract include Annex 1700000 Base Support Vehicles and Equipment (BSVE). The Contractor shall perform maintenance, repair and certification of fire apparatus and associated components and equipment and engine and transmission diagnostics, which require OEM software. Proprietary components, ABS modules, turbos, fuel injector timing and command zones systems shall be recalibrated or reprogrammed by an authorized OEM vendor. Proprietary systems include, but are not limited to Pierce, KME, Osh Kosh, and Cummins. Includes updating of computer systems, removal and installation of parts by the OEM dealer, e.g. pumping systems, multiplex systems, turbos, ABS modules, injectors, DEF systems, hydraulic cylinders and hoses and alignments and specialty suspension and tire work, e.g. ARFF tires, foam filled tires, oversized tires, rear axle alignments, leaf spring replacement, track bar replacement and adjustments, and any welding/fabrication of suspension parts. The Contractor shall perform auto body repairs for fire apparatus and associated components and equipment, including replacement of windshields and windows, metal and fiber glass body repair, upholstery repair and replacement. Work entails purchase and installation of accessories including, but not limited to lift gates, cameras, lights, light bars, and hitches. Additional work shall include installation of accessories, e.g. cameras, lights, light bars, hitches and annual NFPA certification requirements, e.g. annual aerial ladder certification, and NDT of aerial ladders every five years. Instructions to Interested Parties: Complete the attached Market Research Questionnaire and return via email no later than 12:00 PM Pacific Daylight Time (PDT) on September 30, 2024 to Eley DeCuba at eley.a.decuba.civ@us.navy.mil This is NOT a solicitation for quotations or proposals. The notice does not commit the Government to issue any type of solicitation or award a contract. It does not restrict the Government from a particular acquisition approach. Responses will be used to tailor the proposed solicitation. All information provided will be kept confidential and will not be disseminated to the public. Respondents are also advised that the Government is under no obligation to pay for information obtained, acknowledge receipt of the received information, or provide feedback to respondents with respect to any submitted information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89852b15be724fa2945c33f2d356d784/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN07218575-F 20240921/240919230130 (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.