SOURCES SOUGHT
63 -- Fire Alarm System for Vigilant Warrior - RFI
- Notice Date
- 4/19/2016
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- MAXWELL_F2X3CE6025A001_FIREALARMSYSTEM
- Archive Date
- 5/6/2016
- Point of Contact
- Michael E. Grayson, Phone: 334-953-0530, Marcus Abram, Phone: 334-953-3526
- E-Mail Address
-
michael.grayson.4@us.af.mil, marcus.abram@maxwell.af.mil
(michael.grayson.4@us.af.mil, marcus.abram@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Fire Alarm Systems Statement of Requirement, Vigilant Warrior Camp, Titus, Alabama Request for Information (RFI) for Fire Alarm Systems at Vigilant Warrior Camp, Titus, Alabama Request for Information: 823rd Red horse Response Deadline: 8 AM CST on 21 April 2016 42nd Contracting Squadron/LGCA-2 Contract Specialist: Michael Grayson Contracting Officer: Marcus Abram Maxwell AFB, AL 36112 THIS IS A REQUEST FOR INFORMATION IAW FAR 15.201(e). This notice is solely for market research and planning purposes and does not constitute a request for proposal, request for quote, or invitation for bid, nor does its issuance in any way restrict the Government to its ultimate acquisition approach. No award will be made from this Request for Information (RFI) and the Government will not pay for any effort expended in responding to this notice. The purpose of this RFI is to gather information from contractors on purchasing all necessary pats and equipment to acquire fire alarm systems. The contractor shall provide parts and installation IAW the Statement of Requirement (SOR). All feedback and information received may be used to determine the appropriate acquisition strategy for possible future acquisitions. Please do not request a copy of a solicitation because one does not exist. Description of the Requirement: The Contractor shall provide all material and labor to install fire alarm and mass notification system for one (1) 4,500 sq. ft. K-Span assembly facility, eight (8) 968 sq. ft. lodging facilities, and six (6) 660 sq. ft. lodging facilities at the Vigilant Warrior Camp in Titus, Alabama. The contractor shall provide a fire detection, alarm system, and mass notification in each facility which connect to a Fire Alarm Control Panel (FACP) and Mass Notification Panel (MNP) in the Assembly Facility, for a total of Fifteen (15) facilities connected to one System. Each facility will have a Local Operating Console connected to the main MNP (Autonomous Unit (ACU)). The contractor must provide the items as specified in accordance with Attachment 1, Statement of Requirement and the following CLINs: CLIN 0001: Parts and Equipment for Fire Alarm System for 4,500 sq ft K-Span Assembly facility IAW SOR paragraph 1.1.1-1.2.13. Estimated Quantity: - 1 Each CLIN 0002: Parts and Equipment for Fire Alarm Systems for eight (8) 968 sq ft lodging facilities IAW SOR paragraphs 1.2.1-1.2.13. Estimated Quantity: 8 each CLIN 0003: Parts and Equipment for Fire Alarm Systems for six (6) 660 sq ft lodging facilities IAW SOR paragraph 1.2.1-1.2.13. Estimated Quantity: 6 Each CLIN 0004: Installation for Fire Alarm System for 4,500 sq ft K-Span Assembly facility IAW SOR paragraphs 1.1.1-1.1.13. Estimated Quantity: 1 Each CLIN 0005: Installation for Fire Alarm System for eight (8) 968 sq ft lodging facilities IAW SOR paragraphs 1.2.1-1.2.13. Estimated Quantity: 1 Each CLIN 0006: Installation for Fire Alarm System for six (6) 660 sq ft lodging facilities IAW SOR paragraph 1.2.1-1.2.13. Estimated Quantity: 1 Each Questions: In order to develop a potential acquisition strategy this information is needed: 1) Does your company provide the items specified in attachment 1 Statement of Requirements and describe above? Please answer yes or no, if your company is capable of fulfilling this requirement as specified in the SOR. 2) If your company can meet this requirement, please answer the following questions in regards to the non-manufacturer: a. Is your company a small business? Will your company perform 50% of the cost of manufacturing? b. Will at least 50% of the products required to meet the requirement be purchased from U.S. owned Small Business? So, will 50% of the products required to meet this be manufactured by a small business. 3. Project Milestone Plan (PMP). The contractor shall provide a PMP that shows a timeline from issuance of the contract to delivery of the Fire Alarm System to the delivery solicitation. The PMP may be expressed in terms of "days after contract award". The PMP shall include, at a minimum, a timeline for Ordering, Delivery, Installation and Contract Completion. 4. Please provide how much lead time will be required to meet this requirement from the date of contract award. Description Days After Contract Product Design Product Ordering Product Delivery Product Installation Total Days Required to complete Project Responses: This RFI is prepared for planning purposes only and is not restricted to small business. If the government decides to pursue an RFP, portions of your RFI response may be incorporated into the Statement of Requirement (SOR), sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. 1) RFI responses must include company name, address, cage code, DUNS number, at least one designated point of contact, voice, and fax telephone numbers, and an email address. 2) All questions and responses to our request for information/questions shall be submitted, via e-mail, to michael.grayson.4@us.af.mil; marcus.abram@us.af.mil. 3) All responses are due by email no later than 8 AM CST on 21 April 2016. Primary POC ALT POC Name: Michael Grayson Marcus Abram Phone #: (334) 953-0530 (334) 953-3526 E-mail: michael.grayson.4@us.af.mil marcus.abram@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/MAXWELL_F2X3CE6025A001_FIREALARMSYSTEM/listing.html)
- Place of Performance
- Address: 241 Lakeland Dr., Titus, Alabama, 36080, United States
- Zip Code: 36080
- Zip Code: 36080
- Record
- SN04088190-W 20160421/160419234229-5b876fd0eead2a69e2036b979594bca0 (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 |