Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

63 -- Fire Suppression System Maintenance

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223
 
ZIP Code
22060-6223
 
Solicitation Number
SP8000-06-0013
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
Inspect, Test and Maintain Fire Suppression Systems Pls note posted date of this presolicitation notice is corrected to read May 19, 2006.Presolicitation notice dated May 19, inadvertently dropped off June 30, 2006. The Defense Logistics Agency, Defense National Stockpile Contracting Office contemplates issuing a Request for Proposal (RFP) for a competitive 100% small business set-aside for inspection, testing and maintenance of fire suppression systems at five depots located within four States. The systems principally protect the warehouses by water suppression supplied through dry pipe sprinkler systems. This requirement will be procured utilizing procedures in the Federal Acquisition Regulation (FAR Part 12 ??? Acquisition of Commercial Items, Part 15 ??? Contracting by Negotiation and Part 19, Small Business Program). The contractor selected for contract award shall furnish all labor, supervision, equipment, materials, parts and supplies required to ensure system configuration integrity and reliability, mission readiness, and continuity of service for the fire suppression system. The contractor must possess all licenses required by local, state and federal government (as applicable for the state in which each of the respective sites are located). The period of performance will be for one year with four one-year option periods, if exercised, with an expected start date of October 1, 2006. The solicitation will be issued on or about June 15, 2006. Offers from other than small businesses will not be considered. The NAICS code for this acquisition is 561621, size standard $11.5 million. The solicitation and any related documents for this procurement will be made available to interested parties through electronic media. Award will be made based upon Best Value to the Government in accordance with FAR 15 and the terms in the RFP. All firms wishing to submit a proposal subsequent to the RFP described herein MUST be registered in the Central Contractor Registration (CCR) database and On-line Representation and Certification Application (ORCA) database or their proposal may not be considered. Contractors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and https://orca.bpn.gov/. The address for downloading via the internet at Federal Business Opportunities (FedBizOpps) is http://www.fedbizopps.gov. No paper copies of the solicitation will be available. Potential offerors shall be responsible for monitoring the internet site for release of the solicitation, amendments (if any), and responses to any questions in accordance with the solicitation provision. Point of Contact Bonnie McKeirnan, Contract Specialist, Phone (703) 767-6031, Fax (703) 767-5031, Email bonnie.mckeirnan@dla.mil
 
Place of Performance
Address: Place of Performance, , Hammond, IN, New Haven, IN, Point Pleasant, WV, Scotia, NY, Warren, OH, , ,
Country: USA
 
Record
SN01080870-W 20060702/060630220101 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.