SOURCES SOUGHT
J -- J�MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT � FIRE FIGHTING, RESCUE, AND SAFETY, FLEET READINESS CENTER EAST, MARINE CORPS AIR STATION CHERRY POINT, NORTH CAROLINA
- Notice Date
- 4/28/2020 1:52:40 PM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R5000
- Response Due
- 5/14/2020 9:01:00 AM
- Archive Date
- 05/29/2020
- Point of Contact
- ERIC E OVERFELT, Phone: 252-466-2622, Ericka J. Bishop, Phone: 2524664750
- E-Mail Address
-
eric.e.overfelt@navy.mil, ericka.j.bishop@navy.mil
(eric.e.overfelt@navy.mil, ericka.j.bishop@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. 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 and to determine whether to set-aside the requirement for 8(a) small business concerns. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed contract. A Combination Firm-Fixed Price/Indefinite Delivery-Indefinite Quantity type, performance-based contract is anticipated. The work includes, but is not limited to furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide maintenance, repair, alteration, demolition and minor construction on the Fire Protection Systems at the Fleet Readiness Center East aboard Marine Corps Air Station Cherry Point, North Carolina. The work includes, but is not limited to Facility Management to specify the requirements for facility planning and asset management services including, but not limited to, work control, service call reception, Condition Based Maintenance Management (CBMM) / Infrastructure Condition Assessment Program (ICAP) support, Special and MILCON project documentation preparation, Regional Shore Installation Plan (RSIP) support, Basic Facility Requirements (BFR) determination, space management planning, real property records maintenance, real estate management support, and technical library operation. The inventory of equipment includes 157 each Wet Sprinkler Systems, 23 each dry sprinkler systems, 44 each various fire detection and alarm systems, 2 each dry chemical systems, 4 each CO2 systems, 3 each fire pump systems,� 1 each AFFF system, 40 each deluge systems, 12 each dry pipe fire suppression air compressors, and 34 each fire rated doors with fusible links. The current, subject to change fire alarm panel inventory includes 2 each AES 7788 Wireless, 5 each Bosch D7024, 1 each Edwards EST Quick Start, 1 each FCI Zone Panel FC-72, 1 each GameWall Flex 410, 1 each Honeywell Silent Knight 5208, 1 each Honeywell Silent Knight IFP-1000, I each JCI IFC 3030, 7 each Johnson control 640, 1 each Johnson Controls, 1 each Johnson Controls & Transponder 640/XP Series, 1 each Johnson Controls 3030, 1 each Johnson Controls IFC-640, 1 each Johnson Controls JCI IFC-320, 2 each Notifier 320, 2 each Notifier 640, 1 each Notifier AFP-200, 1 each Notifier NFS-320, 1 each Notifier System 5000, 1 each Notifier System 5000s, 1 each Simplex 4001 Zone, 6 each Simplex 4002, 1 each Simplex 4005 Zone, 3 each Simplex 4100ES. The work shall require, at a minimum, the contractor to provide either in-house or contracted staff with the following: � NICET Level III certification in Fire Alarm Systems � NICET Level IV certification in Special Hazards Suppression Systems � NICET Level III certification in Water-Based Fire Protection Systems Layout � NICET Level III certification in Inspection and Testing of Water-Based Systems � Registered Fire Protection Engineer as defined in UFC 3-600-01 A complete list of specifications will be included in the solicitation. The Government intends to award a Recurring/Non-Recurring Services type contract with a base period of one (1) year plus four (4) one (1) year option periods. The total term of the contract, including all options, will not exceed sixty (60) months. The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause. In either case, the Government will not synopsize the options when exercised.� The North American Industry Classification System (NAICS) Code for this procurement is 238220, size standard $16.5 million. All certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this market analysis. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a) Small Business concern set-aside is an acceptable strategy for this procurement. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. � Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a certified 8(a) Business. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Notifications of interest must be submitted in writing via email; phone calls will NOT be accepted. Interested parties should respond as soon as possible but NO LATER THAN 12:01 p.m. 14 May 2020. Responses to this Sources Sought Notice shall be emailed to the following address: eric.e.overfelt@navy.mil and ericka.j.bishop@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/689d5546febb449491e065231b220af4/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN05638643-F 20200430/200428230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |