SOURCES SOUGHT
Z -- Fire Sprinkler System in CRC & Bldg. 10 NIH Main Campus - Technical Exhibits
- Notice Date
- 1/5/2011
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
- ZIP Code
- 20892-5738
- Solicitation Number
- NIHOF2011FSSC346
- Point of Contact
- Joyce McCoy, Phone: 301-402-0772
- E-Mail Address
-
joyce.mccoy@nih.gov
(joyce.mccoy@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Inspection/Testing/Maintenance Frequencies for Fire Sprinkler Systems in the CRC & Bldg. 10 on NIH Main Campus THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS. NO AWARDS WILL RESULT FROM THIS NOTICE. The National Institutes of Health (NIH), Office of Research Facilities (ORF) is conducting a MARKET SURVEY to determine the availability and capability of business sources, including, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns capable of providing all trained and qualified personnel, labor, equipment, parts, materials, and calibrated instruments to perform inspections, testing, maintenance and preventative maintenance, repairs, emergency and non-emergency services, shutdowns, fire drills and special projects to support the Fire Sprinkler Systems. The Fire Sprinkler Systems must be in complete operating condition at all times and inspected, tested and maintained in accordance with National Fire Protection Association (NFPA) Codes 13 (2010 edition); 17A (2009 edition); 25 (2008 edition); 72 (2010 edition) and 2001 (2008 edition), at a minimum. This notice is conducted according to FAR subpart 19.2 to survey the capabilities of small business to provide the required services. This announcement constitutes a Sources Sought Notice and a separate written solicitation will be issued via the FedBizOpps website only at a future date. The North American Industry Classification System (NAICS) Code is 238990 and the business size standard is $14.0 million dollars. It is the intent of the NIH/ORF to procure these services for the Clinical Research Center (CRC) & Building 10 located at the NIH Main Campus, Bethesda, MD. DESCRIPTION OF THE REQUIREMENT: The NIH's CRC & Building 10 located at the NIH Main Campus, Bethesda, MD require a fully operational fire sprinkler system. The contractor shall perform all fire alarm inspection, testing, maintenance and repairs starting from the sprinkler service entrance to the building. Services shall include all the fire sprinkler, standpipe, and fire pump components including, but not limited to: sprinkler heads; mains, risers and branch lines; standpipes; hose valves; deluge/preaction/dry-pipe valves; post indicator valves; drain valves; check valves; control valves; relief valves; fire pumps and associated panels; jockey pumps and associated panels; automatic transfer switches; backflow preventers; water flow switches; tamper switches; pressure switches; spare head stock; and fire department connections. Repairs and replacement of parts necessitated as a result of inspections, tests, maintenance activities or system failures shall be performed in accordance with the appropriate system requirements. The contractor shall replace all required parts with the type and manufacture of the parts being replaced. All replacement parts shall be specifically designed for the type of Fire Sprinkler Systems they are to be used on. Replacement parts designated, as "equal to" will require Government approval. The contractor shall be required to maintain on hand locally, a sufficient supply of spare parts which shall be the kinds and types required for the normal maintenance and emergency repairs to the Fire Sprinkler Systems. Attached are Technical Exhibits which lists the inspection, testing, and maintenance frequencies for the Sprinkler Systems, Values, Standpipes, and Fire Pumps. Due to National Security mandates, additional information will only be available at the time of contract award. The anticipated period of performance is for a base year with four option years. It is the intent to award a Firm Fixed Price Contract with labor and materials. The contractor will be required to (1) submit an acceptable Inspection, Testing and Maintenance (ITM) Plan/Schedule, (2) develop and maintain a Quality Control Program and (3) develop a Quality Control Plan. A Monthly Performance Report and a file of all quality control inspection results are required deliverables. Other deliverables may be required. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The contractor must include in their Capability Statement, (1) the company name, address, phone number, e-mail address, NAICS Code http://www.sba.gov/size, certification of business size, and Duns and Bradstreet Number (DUNS), (2) staff expertise, including their availability, experience, and formal and other training, (3) current in-house capability and capacity to perform the work, (4) prior completed projects of similar nature, (5) corporate experience and management capability, and (6) examples of prior completed Government contracts, references, and other related information. The Capability Statement is limited to 25 pages in size. All responsible sources capable of furnishing the government with the services specified in this Sources Sought notice should submit their Capability Statement via e-mail only to Joyce.McCoy@nih.gov. Capability Statements will be due fifteen (15) calendar days from the publication date of this notice, or January 20, 2011, at 1:00 PM Eastern Standard Time (EST). The Capability Statement must reference Sources Sought Number NIHOF2011FSSC346. All responsible Capability Statements, which if timely received, shall be considered by the agency. Faxed or postal mailed copies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2011FSSC346/listing.html)
- Place of Performance
- Address: National Institutes of Health, ORF/Building 10/Clinical Research Center, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02354650-W 20110107/110105234020-c925719e3954fd47b52a145b7ef037af (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |