Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SOURCES SOUGHT

J -- ATC Fire Suppression Systems

Notice Date
9/18/2020 7:37:06 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
PANAPG20P0000028744
 
Response Due
10/19/2020 12:00:00 PM
 
Archive Date
11/03/2020
 
Point of Contact
Alyssa R. Grice, Phone: 4103062678, Fax: 4102781337, Elizabeth Nordell
 
E-Mail Address
alyssa.r.grice.civ@mail.mil, elizabeth.m.nordell.civ@mail.mil
(alyssa.r.grice.civ@mail.mil, elizabeth.m.nordell.civ@mail.mil)
 
Description
Request For Information (RFI):� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 Market Research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. This request is for informational purposes only. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government. This RFI neither constitutes a Request for Proposal (RFP) or invitation for Bid (IFB). This RFI should not be construed as a commitment by the Government for any purpose. All interested parties are encouraged to respond to this RFI. The Government WILL NOT PAY for information and/or materials received in response to this RFI, is in no way obligated by the information received, nor will the government compensate the respondent for any cost incurred in developing information for the government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firm, agency, or individual outside the Government without written permission from the respondent. If a solicitation is released, it will be synopsized under Contract Opportunities Section of the beta.sam.gov website at https://beta.sam.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Purpose: To identify potential Contractors who are able to provide all labor, parts and materials for Inspection, Preventative Maintenance, Repair and Modification (IPMR&M) , (henceforth referred to as �maintenance�) of outdoor Fire Suppression Systems. The maintenance shall be performed QUARTERLY, and the Contractor shall respond to EMERGENCIES & REQUESTS FOR REPAIRS. The maintenance and on-call repair are for systems located five (5) test sites throughout U.S. Army Aberdeen Proving Ground (APG), MD. The Fire Suppression Systems are not conventional indoor, building fire suppression systems but instead are used to suppress outdoors fires on ATC�s Live Fire ranges for the protection of test assets undergoing ballistic testing. �The Fire Suppression Systems are comprised primarily of Water and Aqueous Film Forming Foam (AFFF) delivery systems, and Bulk, Low Pressure Carbon Dioxide (CO2) extinguishing systems.� Ancillary systems such as pump houses, and local and remote controls - with corresponding electronic subsystems - are included.� Salient hardware (makes and models) will be identified more completely in the Statement of Work. This is NOT a request for information about any fire suppression or prevention products. The anticipated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) The Small Business Size Standard for this NAICS code is $7.5M. �As part of the RFI response, please state if your company is a small business under this NAICS code., The primary Product Service code for this requirement is �J042 (Maintenance/Rebuild of Equipment � Fire Fighting/Prevention). Contractors must be properly registered in the Government�s System for Award Management (SAM) database. SAM registration can be found at https://beta.sam.gov. �Industry Day:� This acquisition will not have its own industry day. Estimated Period of Performance:� The Period of Performance (POP) shall be for one (1) Base Period of 12 months and two (2) 12-month Option Years. The Period of Performance reads as follows: Base Year - (1 February 2021- 31 January 2022), Option Year I - (1 February 2022 - 31 January 2023), Option Year II - (1 February 2023 - 31 January 2024). Place of Contract Performance:� This contract requires all work to be performed at Aberdeen Test Center (ATC) � Aberdeen Proving Ground (APG).�� Contract Type:� At this time, this requirement is anticipated to be Single-Award, Hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) contract. Background:� The Army has a requirement for fire suppression system maintenance and on-call emergency services of the fire suppression systems. All requirements for these services are outlined in the Draft Performance Work Statement (PWS), Section C3 (attached). Request that interested parties provide an electronic, written response to this RFI no later than 19 October 2020 by 300 P.M., EDT to Army Contracting Command- Aberdeen Proving Ground ATTN: Contract Specialist, Alyssa Grice at: alyssa.r.grice.civ@mail.mil. Responses should not exceed 20 pages one-sided. No physical or �hard� copies will be accepted as a result of this request.�� Respondents are requested to: 1) Identify their business type (i.e., large, small, small and disadvantaged, 8(a)certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) in relation to the SBA size standard for NAICS 811310 ($7.5M). 2) Provide evidence of any current State and Federal certifications (if applicable) and proof of being factory trained and proof of at least five (5) years experience performing fire suppression equipment. For respondents without current certification, a timeline to achieving certification is required. 3) Clearly indicate their interest in submitting a proposal to any eventual Request For Proposals as a Prime, or if their interest is solely in subcontracting opportunities (identify functional areas). Each response must reference this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86456325b6894cc3987e679ecd6ecfd2/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05803989-F 20200920/200918230208 (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.