SOURCES SOUGHT
J -- Regional Fire Alarm Services for the Hampton Roads Area of Virginia
- Notice Date
- 10/25/2022 11:24:19 AM
- Notice Type
- Sources Sought
- 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
- N4008523R2535
- Response Due
- 11/4/2022 11:00:00 AM
- Archive Date
- 08/02/2023
- Point of Contact
- Kristina DeGroat, Phone: 757-341-1650, Krystal Goodman, Phone: 757-341-1657
- E-Mail Address
-
kristina.l.degroat.civ@us.navy.mil, krystal.s.goodman2.civ@us.navy.mil
(kristina.l.degroat.civ@us.navy.mil, krystal.s.goodman2.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.� There will not be a solicitation, specifications, or drawings available at this time.� This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.� Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Indefinite Delivery-Indefinite Quantity, Performance-Based contract with both Recurring and Non-Recurring services is anticipated.� The total contract term, including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide maintenance and services for Hampton Roads Regional Fire Protection Systems in NAVFAC Mid Atlantic. Locations include Norfolk Naval Shipyard and Annexes in Portsmouth VA, Naval Station Norfolk, Annexes and surrounding sites in Norfolk VA and Naval Air Station, Annexes and surrounding sites in Virginia Beach VA. General Work Requirements: The intent of Annexes 1501000 and 1502000 are to specify the requirements related to fire protection services. The Contractor shall perform maintenance and repair for Hampton Roads Regional Fire Protection Maintenance and Services. Services include: -Contractor providing personnel with the appropriate NICET level. -Water Based Suppression Systems Repair work shall be performed by a licensed plumber or licensed pipe fitter with appropriate NICET Level certification in water based suppression systems layout. - Inspect all fire protection systems, fire alarm systems, and fire pumps covered under the contract. - Systems that are non-operable due to needed repairs / modifications shall be accepted into the Integrated Maintenance Program as soon as repairs / modifications have been completed. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and 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 the evaluation. The appropriate NAICS Code is 561621, size standard $22 million. 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 (5) years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the area of responsibility (AOR). 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. Size:� Maintenance contract detailing Fire Protections Maintenance and Services with a yearly value of at least $500,000.� Non-recurring values for infrequent work will not be considered similar in size. Scope:� Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment for management, supervision, tools, materials, and equipment necessary to provide fire protection maintenance and services at multiple locations simultaneously. Complexity:� Demonstrate the ability to provide qualified personnel, technical knowledge, experience and skills required to efficiently provide fire protections maintenance and services. In addition, demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. 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. Responses to this Sources Sought Notice shall be submitted electronically to kristina.l.degroat.civ@us.navy.mil.� Responses must be received no later than 2:00 PM Eastern Time on 04 November 2022.� Questions regarding this sources sought notice should be emailed to Kristina DeGroat as indicated above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ff9eedcf2c04652b18a3d9fb977b114/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN06502480-F 20221027/221025230101 (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 |