SOURCES SOUGHT
42 -- SOURCES SOUGHT TO REMOVE HALON 1301 FIRE SUPPRESSION SYSTEMS AND FURNISH AND INSTALL FM200 SYSTEMS
- Notice Date
- 2/28/2002
- Notice Type
- Sources Sought
- Contracting Office
- Installation Business Office, Fort Bragg Contracting, P.O. Drawer 70120, Fort Bragg, NC 28307-0120
- ZIP Code
- 28307-0120
- Solicitation Number
- DAKF40-02-R-0011
- Response Due
- 5/1/2002
- Archive Date
- 5/31/2002
- Point of Contact
- Ella Porter, (910) 396-4362 x223
- E-Mail Address
-
Email your questions to Installation Business Office, Fort Bragg Contracting
(portere1@bragg.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Installation Business Office-Contracting, Fort Bragg, North Carolina is currently seeking potential sources to remove existing Halon 1301 fire suppression systems and design, furnish and retrofit with FM-200 systems in various locations for the Public Works Business Center at Fort Bragg, North Carolina. The research will also determine whether these services should be performed under contract for small business set-aside or large business. This notice does not constitute a commitment by the Government . A Government solicitation for provision of this service is being developed and a contract may result. Scope of Work for Halon Retrofit/Removal. The Government is interested in acquiring potential sources capable of and interested in the removal of Hal on 1301 fire suppression systems in twenty-one (21) buildings located on Fort Bragg, North Carolina. The fire suppression systems requiring retrofit or removal are Ansul Autopulse 3000, two (2) each (retrofit), installed 1987/1988, Ansul Autopulse 2000, se ven (7) each (5 retrofit/2 remove), installed 1985 /1986 /1987(2)/ 1988/ 1990/ 1991, Ansul Auto Pulse, one (1) each ( retrofit), installed 1982, Ansul, two (2) each (1 retrofit/1 remove), installed 1991/unknown, Walter Kiddie Gemni, two (2) each (retrofit -1 ea w/AA 2000), installed 1987/1990, Walter Kiddie Pyrotronics, one (1) each (retrofit), installed 1988, Walter Kiddie, three (3) each (remove), installed 1986/1994/unknown, Honeywell, one (1) each (remove), installed 1990, and Fenwall, three ( 3) each (retrofit), installed 1983/1987/1988. Work includes but is not limited to the removal of the existing Halon 1301 fire suppression systems, designing, furnishing, and retrofitting fifteen (15) new FM-200 systems to include all associated accessories by EPA certified technicians in accordance with the National Fire Protection Association (NFPA). The Halon 1301 will remain the property of the Government. The recovered Halon 1301 must be properly labeled and shipped to the ODC Reserve Depot, Richmond, Virgin ia, in Department of Transportation (DOT) approved containers. The Government will pay for the shipping. The Market Survey Questionnaire includes services for Chiller Retrofit, SIC Code 1711 Plumbing, Heating and Air Conditioning Contractors performing se rvices under NAICS 235110, Refrigeration and Freezer Installation Contractors and Halon Retrofit/Removal, SIC Code 1799, Special Trade Contractors NEC performing services under NAICS 235990, Fireproofing Buildings Construction Contractors. You may obtain the Synopsis for the Chiller Retrofit requirement by searching SIC/NAICS code. All potential sources must provide descriptive information on their services, warranty, discount, and other commercial terms and conditions applicable to this service, as well as their business status. The Questionnaire for the Chiller Retrofit and Halon Retrofit/Removal services can be obtained at http://www.bragg.army.mil/www-doc/Contractors/SOLICIT.HTM. Instructions to Interested Parties: A synopsis/solicitation for this requirement will be published prior to issuance of a solicitation. A site visit will be conducted prior to receipt of bids so the potential Offerors may view a sampling of the buildings where the affected equipment is located and review mechanical drawings. Certified service providers are requested to submit an expression of interest, and a statement of capabilities (SOC). This is not a request for proposals and no solicitation is available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing inf ormation provided to the Government. Companies wishing to respond are invited to download the associated market survey. Any questions pertaining to the Halon requirement, contact Mrs. Ella Porter, (910) 396-4362 x 223, or via email portere1@bragg.army.mi l. Questions pertaining to the Chiller requirement, contact Mrs. Betty Parker, (910) 396-4362 x235 or via email parkerbj@bragg.army.mil. The completed questionnaire can be returned via email to Mrs. Porter and Mrs. Parker respectively. The suspense date for response to the questionnaire is COB 22 March 2002.
- Place of Performance
- Address: Installation Business Office, Fort Bragg Contracting P.O. Drawer 70120, Fort Bragg NC
- Zip Code: 28307-0120
- Country: US
- Zip Code: 28307-0120
- Record
- SN00034053-W 20020302/020301082750 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |