Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
DOCUMENT

S -- Regional Fire Truck Apparatus Repair, Maintenance and Certification Services - Attachment

Notice Date
7/7/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
Solicitation Number
N4008016R0321
 
Response Due
7/21/2016
 
Archive Date
8/5/2016
 
Point of Contact
Annie Nguyen
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This is a SOURCES SOUGHT NOTICE to identify companies with the capacity, experience, and interest in competing for a Regional Fire Truck Apparatus Repair, Maintenance and Certification services requirement at various Government installations located in Maryland, District of Columbia and Virginia within a 150-mile radius of the Washington Navy Yard, Washington, DC. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to maintain, test, inspect and repair Fire Truck Apparatus (e.g., Fire Truck Apparatus Ariel ladder, fire pumps inspection and testing identified in NFPA 1911 Chapters and DOT inspections as applicable). The locations and numbers of Fire Trucks to be serviced are as follows: Naval Support Activity Washington: Washington Navy Yard, Washington DC Naval Surface Warfare Center, Carderock, West Bethesda, MD Thurmont, MD Naval Support Activity South Potomac: Naval Support Facility Dahlgren, VA/Indian Head, MD Naval Support Activity PAX River Naval Support Activity Annapolis, MD Naval Support Activity (NSA) Bethesda Joint Base Anacostia Bolling (JBAB) Our fire department inventory includes: 18 - 1250gpm Engines 1 - 100ft Aerial Tower with 2000gpm pump 4 - 75ft Quints with 1500gpm pumps 1 - 50ft Tele-Squirt with a 1500gpm pump 3 - T-3000 ARFF Trucks 5 - T-1500 ARFF Trucks 4 - HAZMAT/Rescue Units 6 - Mini-pumper type units on Ford F550 chassis 5 - All Terrain 6 wheel UTVs 1 - Freightliner Truck 2 - Specialty over the road trailers with air brakes 14 - Utility/Cargo Trailers Total for Navy Owned units is 64. The work will be accomplished under an Indefinite Quantity type contract that is comprised of both Recurring Work and Non-Recurring Work Items. The contract term will be a base period anticipated for 12 months with a potential of four (4) one-year option periods. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to extend Services clause. The contract that will result from a solicitation is intended to replace existing requirements that are only a small portion of three (3) current contracts: N40080-07-D-0374 National Capitol Regional Base Operating Support Services - fire truck annual value approximately $150,000 per year N40080-09-D-0512 Annapolis Base Operating Support Services - fire truck annual value approximately $120,000 per year N40080-11-D-3020 Patuxent River Base Operating Support Services - fire truck annual value approximately $45,000 per year Information about the current contract and the incumbent contractor (e.g., firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The size standard is $7.5 million/year. Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company ™s experience in performing fire truck apparatus repair, maintenance and certification services as the prime contractor in the last five years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Please use the attached form when emailing your submission. All responsible interested sources are encouraged to submit their information no later than July 21, 2016 to Annie Nguyen via e-mail at annie.nguyen@navy.mil with a copy to Roya Sterner at roya.sterner@navy.mil. Questions or comments regarding this notice may be sent to the same e-mail addresses. All information is to be submitted at no cost or obligation to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008016R0321/listing.html)
 
Document(s)
Attachment
 
File Name: N4008016R0321_Sources_Sought_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008016R0321_Sources_Sought_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008016R0321_Sources_Sought_Form.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04173923-W 20160709/160707235006-9bd05b74e35dc7a1e9c7a87104a3d365 (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.