SOURCES SOUGHT
J -- Fire Alert System
- Notice Date
- 2/9/2022 1:12:29 PM
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- W6QM MICC-FT RUCKER FORT RUCKER AL 36362-5000 USA
- ZIP Code
- 36362-5000
- Solicitation Number
- 9Feb2022
- Response Due
- 2/24/2022 12:00:00 PM
- Archive Date
- 03/12/2022
- Point of Contact
- Donald D. McMullen, Phone: 3342552772, Florutha A Robinson
- E-Mail Address
-
donald.d.mcmullen.civ@armyl.mil, florutha.a.robinson.civ@mail.mil
(donald.d.mcmullen.civ@armyl.mil, florutha.a.robinson.civ@mail.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The Mission Installation Contracting Command at Fort Rucker, AL is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for will provide all engineering, design programming, and equipment to provide 24/7365 technical support with annual maintenance for all material, part labor and equipment necessary to maintain the Fire Alerting System owned by the Directorate of Public Safety, Fort Rucker, AL. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Fort Rucker, Al 36362, Station 1 building 5001, Cairns Air Field building 30200, Hanchey Air Field building 50101, and Knox Air Field building 25107, Lowe Air Field building 40111 and Shell Air Field building 60101. Loction� On-Site Government 100% % Off-Site Contractor DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The Fire Alert System (FSA) is owned by Department of Public Safety, Fort Rucker AL, is designated as the Fire Alert System main that is located at Station One. Provides the following: Fire Station Alerting System (FSA) at the five base field fire stations of Knox, Hanchey, Lowe, Cairns and Shell that link up with FSA at Station One. Contractor will provide a trained and qualified technician to diagnose and restore system and can comply with response times. Field Technician will analyze, test and repair equipment with state of the art, industry-standard repair tools utilizing IS09001 and TL 9000-certifed processes to restore system at the site and escalate case to System Support Center if needed System must be maintained so that it remains full operational at all times. REQUIRED CAPABILITIES The Contractor shall provide the following service: All required maintenance, test and troubleshooting. All on-site supervision, testing, and system checkout. All programming of the system, if required, to ensure a working product. The Contractor will maintain a safe work environment in accordance with all safety regulations and requirements. The Contractor will provide a concurrent enhanced warranty, which will include Onsite infrastructure response 24 hours per 365 day per year, and advance replacement for infrastructure repair. Services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement see statement below attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Motorola Technician Qualitied ELIGIBILITY The applicable NAICS code for this requirement is 811213 with a Small Business Size Standard of $12M. The Product Service Code is J059. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement of Work (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Demonstrating ability to provide the serve system listed in the Technical Description. The deadline for response to this request is no later than 2 pm, CST, 24 Feb 2022. All responses under this Sources Sought Notice must be e-mailed to donald.d.mcmullen.civ@army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of Base year plus four-option year with performance commencing in TBD Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price Service Contract. The Level of Effort for five years. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Purchasing Agent Donald McMullen, in either Microsoft Word or Portable Document Format (PDF), via email donald.d.mcmullen.civ@army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28aec094ca95484197180870eef8cead/view)
- Place of Performance
- Address: Fort Rucker, AL 36362, USA
- Zip Code: 36362
- Country: USA
- Zip Code: 36362
- Record
- SN06238327-F 20220211/220209230126 (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 |