SOURCES SOUGHT
J -- Fire Extinguisher Purchase, Service and Maintenance - Performance Work Statement
- Notice Date
- 5/3/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A18RC39581
- Archive Date
- 5/24/2018
- Point of Contact
- Melissa N. Oser, Phone: 3604761348, Patricia L. Kelly, Phone: 3604764053
- E-Mail Address
-
melissa.oser@navy.mil, patricia.l.kelly@navy.mil
(melissa.oser@navy.mil, patricia.l.kelly@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement document The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industry capabilities that might exist in order to support an upcoming requirement for a five year commercial service, indefinite delivery indefinite quantity single award contract (IDIQ). The IDIQ will be for servicing and purchasing fire extinguishers. Currently, PSNS &IMF has approximately 3,000 fire extinguishers that require servicing and maintenance. Two separate contracts have been used to procure the following items before, with their estimated current inventory listed under "Quantity"; Quantity : Description : 700 ABC 10lb 30 ABC 20lb 400 ABC 5lb 30 ABC 2.5lb 80 ABC Cleanguard 80 AFFF 2.5 gallon 350 CO2 10lb 850 CO2 15lb 200 H20 2.5 gallon 40 PKP 18lb The future needs of PSNS will vary every year since different factors affect when the extinguishers are needed as well as what type and how many. Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) and the Government intent at this time is for a single award IDIQ. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses, but the responses will be used to inform the government as to the best means of procuring this requirement. "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." Project Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility requires the purchase and maintenance of portable fire extinguishers in multiple locations at the shipyard. Task orders written from the IDIQ will provide maintenance on portable fire extinguishers that meet Jurisdiction and National Fire Protection Association 10 (NFPA 10) requirements and purchasing additional fire extinguishers. Required Capabilities Additional detail is provided in the Performance Work Statement attached to this announcement. (Attachment 1) If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, telephone number, web site address, and size and type of business; and 2) Tailored Capability statements addressing the questions asked in this sources sought announcement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Eligibility The applicable NAICS code for this requirement is 811310 with a small business size standard of $7.5 million. The product service code is J042. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission Details Interested parties are requested to submit via email. The email subject line should be "Sources Sought Response for N4523A18RC39581 Fire Extinguisher IDIQ." The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to melissa.oser@navy.mil (.) Within the sources sought response; 1)Organization description. (1 page maximum) 2)Experience/Performance (2 page maximum) a.Please provide at least 2 projects of similar scope (ability to service, to maintain approximately 3,000 fire extinguishers with annual certifications and recharge) and complexity (servicing fire extinguishers in an industrial environment) as the current requirement. The government does not expect the same size (5 year Not to Exceed $1.5 million) needs as this requirement, but if you have multiple projects/contracts of a similar nature, please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil (.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18RC39581/listing.html)
- Place of Performance
- Address: 1400 Farragut Ave, Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN04909788-W 20180505/180503230757-f2eb995abe39e0a1e531aed22b7a656c (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 |