Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2020 SAM #6909
SOLICITATION NOTICE

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
10/27/2020 4:42:37 PM
 
Notice Type
Presolicitation
 
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
N4008521R2504
 
Archive Date
04/01/2021
 
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 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 Request for Proposals (RFP) for: Facility Management, Maintenance, Repair, Alteration, Demolition and Minor Construction on the Fire Protection Systems at the Fleet Readiness Center East (FRCE) 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 solicitation under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be issued in accordance with the most recent Federal Acquisition Circular 2020-09 and DFARS Publication Notice (DPN) 20201001.� The procurement method to be utilized is FAR Part 15 � Source Selection, Best Value Trade-off Process.� The solicitation will utilize source selection procedures which require offerors to submit information such as: price, corporate experience (narrative of work experience doing the required work), management approach (proposal provides a feasible technical approach with the capability to, at least, meet solicitation performance objectives and standards), past performance (written statements verified by client/customer as to how well the contractor performed the work), and safety ratings in their proposal for evaluation by the Government. The Government intends to award a performance based Indefinite Delivery Indefinite Quantity (IDIQ) type contract with recurring and non-recurring work line items for facility related services.� The period of performance will include a base period of twelve-months plus four (4) twelve month 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 (FAR 52.217-8).� In either case, the Government will not synopsize the options when exercised.� If work is determined by the Contracting Officer to be beyond the scope of the recurring/FFP portion of this contract, it will be issued under the IDIQ schedule.� Labor, material and equipment required for this work will be based on the Schedule of IDIQ Work Exhibit Line Items Number (ELIN).� The North American Industry Classification System (NAICS) Code for this procurement is 238220, Plumbing, Heating, and Air-Conditioning Contractors with a Small Business Size Standard of $16.5.� The contractor must be registered with NAICS code 238220 in SAM under FAR Clause 52.212-3 (Reps & Certs), this will be verified.� Market research was conducted with a sources sought under solicitation number N4008520R5000 and a search of SBA�s dynamic small business search (DSBS).� Fifty Eight (58) potential 8(a) businesses in the United States were found.� The U.S. Small Business Administration accepted this procurement on 23 September 2020, SBA Requirement Number is NH1600861502W.� It has been determined that competition will be limited to 8(a) firms registered with the assigned NAICS code.� Joint Venture Agreements - Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract.� If you are contemplating a joint venture on this project, you must advise, in writing, your assigned SBA Business Development Specialist (BDS) as soon as possible.� It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations.� Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal date.� No corrections and/or changes are allowed after time of submission of proposal. The contract will be a new requirement with no incumbent contractor. Offerors can view and/or download the solicitation, and any attachments, at https://beta.sam.gov/ �when it becomes available.� Contractors are encouraged to register for the solicitation when downloading from the beta.sam site.� Only registered contractors will be notified by E-mail when amendments to the solicitation are issued (acknowledgement of amendments required � a signed copy of all amendments must accompany contractor�s proposal).� The solicitation will be available on or about 11 November 2020.� The solicitation will be available in electronic format only.� 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. Please direct questions to Eric E. Overfelt at eric.e.overfelt@navy.mil �and Ericka Bishop at ericka.j.bishop@navy.mil. The Issue By Office will be NAVFAC MIDLANT FEAD CHERRY POINT B-163 CURTIS RD MCAS CHERRY POINT, NC 28533-0006
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bb6000c55e64d6599ad32e9ed38db34/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN05838790-F 20201029/201027230144 (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.