Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOURCES SOUGHT

J -- Pentagon Fire Alarm Maintenance - Attachments

Notice Date
4/22/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ001508294SV104
 
Point of Contact
Johnathan Willsher, Phone: 703-588-8277, Maria A. Calica, Phone: 703-588-8392
 
E-Mail Address
jonathan.willsher@whs.mil, maria.calica@whs.mil
(jonathan.willsher@whs.mil, maria.calica@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Pentagon Fire Alarm Systems (Attachment 1) Performance Work Statement THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Washington Headquarters Services is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. This RFI is encouraging responses from qualified and capable small businesses (including all socio-economic categories). This RFI is issued to assist the agency in performing market research to determine whether or not there are qualified and capable small businesses able to provide the services as described in the attached draft Performance Work Statement (PWS). Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SCOPE: The Washington Headquarters Services, Acquisition & Procurement Office is seeking interested concerns that are capable of providing labor, equipment, tools, and supervision necessary to inspect, test, maintain, and perform emergency repairs to the fire alarm and water-based fire protection systems and components on all fire protection systems located on the Pentagon Reservation as defined in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: Respondents interested in providing a response to this RFI should carefully read the attached Performance Work Statement and submit information which clearly describes the following: 1.Provide company’s past experience regarding Simplex systems and networks, including the following: a.4100U b.4120 c.4020 d.True Sight Work stations 2.Provide company’s experience inspecting, testing, maintaining, and performing emergency repairs to fire alarm and water-based fire protection systems and components, including fire pumps. 3.Provide company’s capability of providing staff that would meet the key personnel qualifications in the PWS, including certifications. 4.Provide your company’s capability to provide the requirements as described in the attached PWS. Summarily address each requirement listed and identify whether or not the company can currently provide each of the requirements as described in the PWS. This must include the company’s ability to work after normal business hours, respond to emergencies within the specified allotted timeframes, and the capability to conduct onsite work within specified allotted timeframes 5.Provide recent (within the past five years) and relevant experience working with a similar size and scope facility, to include contract numbers, project titles, dollar amounts, and points of contact with telephone number and email address. Include any other Government contracts held, including General Services Administration (GSA) Federal Supply Schedule Contracts. 6.The company shall state whether the concern is a Large or Small Business, and identify if it is a Small Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) Certified, Veteran Owned Business, Service Disabled Veteran Owned Small Business. Include the NAICS in which the company will be providing these services, including a statement of self certification under the NAICS code. In addition, responses shall provide the company’s DUNS number and CAGE code. RESPONSES: Please submit information via email to Jonathan Willsher, Contract Specialist, at jonathan.willsher@whs.mil no later than 10:00AM EST on May 7, 2010. Late responses will not be considered. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder not capable of performing the Performance Work Statement requirement. Questions regarding this RFI may be addressed to: Jonathan Willsher, Contract Specialist, jonathan.willsher@whs.mil, 703-588-8277 Maria Calica, Contract Specialist, maria.calica@whs.mil, 703-588-8392 Sherry Freeman, Director Small Business Programs sherry.freeman@whs.mil, 703-696-3964
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ001508294SV104/listing.html)
 
Place of Performance
Address: Pentagon, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
Zip Code: 20301-1155
 
Record
SN02129430-W 20100424/100422234803-08065031555a91f1fe0f14b70ac4bb28 (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.