Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

H -- Fire Suppression & Fire Pumps

Notice Date
8/11/2020 11:30:53 AM
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
n4008520R4084
 
Response Due
8/25/2020 11:00:00 AM
 
Archive Date
02/24/2021
 
Point of Contact
Clifton Gaither, Phone: 91045125825229, Fax: 9104515629
 
E-Mail Address
clifton.gaither@navy.mil
(clifton.gaither@navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a PRE-SOLICITATION SYNOPSIS ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of the upcoming solicitation for providing maintenance and services to furnish all labor, supervision, management, tools, materials, equipment, transportation, incidental engineering, and other items necessary to perform services for fire detection and suppression systems to include the following work at Marine Corps Base, Camp Lejeune, NC: Fire alarm and Detection System: Conventional Systems Addressable Systems Fire Suppression Systems: Wet/Dry pipe Automatic Sprinkler Systems Pre-Action Automatic Sprinkler Systems Clean Agent Fire Suppression Carbon Dioxide (CO2) Fire Suppression Systems Fire and Smoke Barrier Opening Protection � The North American Industry Classification System (NAICS) Code for this requirement is 561621 with a size standard of $20,500,000.00.� A sources sought notice was posted on 28 April 2020 under solicitation N40085-20-R-4084 to determine availability and capability of businesses to perform the requirement.� Six (6) responses were received from the sources sought notice to include the following business types: �4 Service Disable Veteran Owned Small Business, 1 Small Business, and 1 8(a) small business concern.� Based on the responses from the sources sought and the market research results, the procurement will be solicited as a 100% Service Disable Veteran Owned small business set-aside.� NAVFAC Mid-Atlantic's Office of Small Business Programs concurs with the determination to solicit as a 100% Service Disable Veteran Owned small business set-aside. ROICC Camp Lejeune anticipates awarding a combined Firm Fixed Price and Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract with a base period of 12 months plus four (4) one-year option periods, to be exercised at the discretion of the Government. The total term of the contract, if all options are exercised, will be for 60 months. The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR Clause 52.217-8, �Option to Extend Services�. In either case, the Government will not synopsize the options when exercised.� The procurement method to be utilized is FAR Part 15 � Source Selection, Lowest Price Technically Acceptable (LPTA).� The solicitation will utilize source selection procedures which require offerors to submit information such as: price (proposal cost), corporate experience (narrative of work experience doing the required work), past performance (written statements verified by client/customer as to how well the contractor performed the work) in their proposal for evaluation by the Government, and insurance safety ratings (EMR and DART).� � The applicable Service Contract Act (SCA) Wage Determination is 15-4389, Revision No. -13, Date of Revision: 12/23/2019. A complete copy of the wage determination can be found at http://www.wdol.gov/. The solicitation will be available on or about 08/25/2020.� The estimated date for receipt of proposals is 30 days after the solicitation issue date.� This solicitation is available in electronic format only.� Offerors can view and/or download the solicitation at beta.sam.gov. Qualified Contractors must be registered in the System for Award Management (SAM) website: https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the Navy Electronic Commerce Online website.� Only registered contractors will be notified by E-mail when amendments to the solicitation are issued.��� All documents will be in the Adobe Acrobat PDF file format via the Internet.� The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Points of Contact: REGENIA D. GUEST��������������������� ������������� CLIFTON L. GAITHER Contracting Officer������������������� �������������������� Contract Specialist regenia.d.guest@navy.mil�������������� �������������� clifton.gaither@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3839730f20324c9498462fa77dbc652d/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN05752835-F 20200813/200811230144 (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 |
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.