SOURCES SOUGHT
42 -- Fire Equipment Maintenance VAFB - Sources Sought/RFI
- Notice Date
- 3/29/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- Mills-_Fire_Equipment_Maintenance
- Archive Date
- 4/30/2018
- Point of Contact
- Darla M Mills, Phone: 8056064692, Kari D. Hughes, Phone: 8056064469
- E-Mail Address
-
darla.mills@us.af.mil, kari.hughes.2@us.af.mil
(darla.mills@us.af.mil, kari.hughes.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Fire Equipment Maintenance VAFB Contractor Questionnaire-Required Sources Sought Notice THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary. Any information provided to the Government is strictly voluntary and at no cost to the Government. This RFI is for market research purposes only. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The 30 th Contracting Squadron is seeking commercial sources with the technical expertise to provide Fire Equipment Maintenance for the 30 th Civil Engineering Squadron Fire Department on Vandenberg Air Force Base (VAFB), California. General Description of Services: The contractor shall provide all supervision, personnel, equipment, transportation, materials and other items and services necessary to perform quarterly, annual and emergency testing, repairs and maintenance for 30 CES Fire Department's (30 CEF) Aircraft Fire Training Facility (AFTF), fire training props and live fire training structural tower. The contractor shall also perform annual testing, repair and maintenance services for 30 CEF's self-contained breathing apparatus (SCBA) units and their appurtenances, air source carts, breathing air compressor service, air sampling, bi-annual cartridge replacement for breathing air compressors, fire hose testing, Level "A" HAZMAT suit testing, ground ladder testing, HURST hydraulic and eDraulic rescue tool annual testing and maintenance, thermal imager cameras annual testing and maintenance, and small engine maintenance and repair on support equipment. The Dept. of Defense (DOD), Air Force Civil Engineering Center (AFCEC) Technical Order (T.O.) 35E1-2-13-1 and Air Force Instruction (AFI) 32-2001, Fire Emergency Services Program, require a rigorous and well documented maintenance and testing program on the above named trainers and equipment. The goal of this maintenance effort is to keep the live fire facilities, training props, and various firefighting equipment in complete working order at all times. The contractor shall provide all parts, labor and materials necessary to perform normally scheduled maintenance in accordance with industry standards, National Fire Protection Association (NFPA) USAF standards and manufacturer's recommendations. Prior to performing any maintenance or repair work identified in this contract, the contractor shall provide proof of training, certification and appropriate professional credentials. in accordance with the Performance Work Statement (PWS). Period of Performance: It is anticipated that the contract performance period will run for one (1) six month base period and four (4) one (1) year option periods. If necessary, there will also be an option to extend services for a period not to exceed six (6) months. The North American Industry Classification System (NAICS) Code anticipated is 811310 "Commercial and Industrial Machinery and Equipment Repair and Maintenance". The applicable Small Business size standard is $7.5 million dollars. This acquisition will be set aside for small business if enough small business firms can demonstrate qualifications to perform the required services and such firms express an interest in proposing; otherwise, this acquisition may be solicited under full and open competition and the acquisition will be conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items. Interested parties are requested to address the questions in the Market Research Questionnaire. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. As noted in the Market Research Questionnaire, the Government requests interested parties submit a brief description of capabilities, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Responses will not be returned. Please limit your response to no more than five (5) pages inclusive of the Market Research Questionnaire. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Please email responses with a subject heading of "Fire Equipment Maintenance": Contractor Name" to the attention of Darla Mills at email address: darla.mills@us.af.mil. Please note that telephone calls and faxed responses will not be accepted. Please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (805) 606-4692 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Please also note that all potential offerors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/Mills-_Fire_Equipment_Maintenance/listing.html)
- Place of Performance
- Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN04872262-W 20180331/180329231843-d227139b25a1dffb5ddbe9d257e41d69 (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 |