SOLICITATION NOTICE
J -- Fire Suppression, Fire Alarm, Fire Sprinkler Systems Inspection, Testing & Maintenance, JBLM, WA
- Notice Date
- 9/21/2016
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-16-R-0006
- Point of Contact
- Jean L. Birdsell, Phone: 2539829029, Renee M. Krahenbuhl, Phone: 253-982-0468
- E-Mail Address
-
jean.l.birdsell.civ@mail.mil, renee.m.krahenbuhl.civ@mail.mil
(jean.l.birdsell.civ@mail.mil, renee.m.krahenbuhl.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE OF PROPOSED CONTRACT ACTION - W911S8-16-R-0006 -The Mission and Installation Contracting Command at Joint Base Lewis-McChord (MICC-JBLM) intends to issue a Request for Proposal (RFP) for Fire Suppression, Fire Alarm, Fire Sprinkler Systems Inspection, Testing and Maintenance (ITM) and Repair Services for Joint Base Lewis-McChord, Washington, on or about 1 October 2016 with written proposals due on or about 1 November 2016. This synopsis neither constitutes an RFP nor an Invitation for Bids (IFB), nor does it restrict the Government in any way to an ultimate acquisition approach. Readers shall not construe this synopsis as a commitment by the Government for any purpose. JBLM Directorate of Public Works (DPW) has a requirement for a contractor to furnish all management, tools, supplies, equipment, and labor necessary to inspect, restore, maintain, repair, clean, and perform testing of installed facility fire sprinkler systems, fire alarm systems, kitchen fire suppression systems, clean agent suppression systems, fire pumps, fire pump monitoring devices, and fire sprinkler monitoring devices. Additional equipment includes foam systems, automatic fire alarms, Fire Alarm Control Panels (FACP), and associated devices (activation, warning, and auxiliary). The Government anticipates advertising this acquisition as a competitive 8 (a) set-aside. The Government anticipates awarding a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract as a result of the solicitation. The Government intends to award a Fixed-Price (FP) contract. The Government anticipates that the periods of performance for the solicitation and resulting contract will be one base year (to include a one-month phase-in) and four additional one-year option periods. The estimated start date of phase-in is 1 February 2017 with full performance beginning 1 March 2017. Interested parties shall consult the actual solicitation for final dates and times. The NAICS code applicable to this procurement is 561621, Security Systems Services (except Locksmiths) with a size standard of $20.5 million. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents from the FedBizOpps website, https://www.fbo.gov. This office will not issue hard copies of the solicitation, attachments, or technical documents. All potential offerors are reminded, in accordance with DFARS 252.204-7004, ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT, that a lack of registration in the System for Award Management (SAM) database prior to award will make an offeror ineligible for award. A site visit is anticipated and the specifics will be annotated in the RFP. Specific instructions on submitting comments/questions will be provided in the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d68bb4aa252c4a0bf7e244aa34737f5)
- Place of Performance
- Address: Joint Base Lewis-McChord, WA, JBLM, Washington, 98433, United States
- Zip Code: 98433
- Zip Code: 98433
- Record
- SN04281969-W 20160923/160921235304-7d68bb4aa252c4a0bf7e244aa34737f5 (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 |