SOURCES SOUGHT
J -- FM-200 canister recharge
- Notice Date
- 5/28/2014
- Notice Type
- Sources Sought
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- NPS, WASO - WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
- ZIP Code
- 00000
- Solicitation Number
- P14PS01207
- Response Due
- 6/3/2014
- Archive Date
- 7/3/2014
- Point of Contact
- HEATHER MADSEN
- E-Mail Address
-
heather_madsen@nps.gov
(heather_madsen@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Park Service (NPS) Accounting Operations Center has a requirement for a vendor to provide specialized services. These specialized services are needed to maintain the FM-200 Fire Suppressant System. These services include: Task 1: Remove existing FM-200 Canister The selected vendor will remove the FM-200 Fire Suppressant Canister from the current location at 13461 Sunrise Valley Drive, Herndon, Virginia Task 2: Recharge FM-200 Canister The selected vendor will recharge the FM-200 Canister with fire suppressant Task 3: Reinstall FM-200 Canister to original location Reinstall FM-200 Canister and connect to the fire suppression system. Verify shutdown and evacuation circuits. Verify cylinder pressures and weights. Check for changes in hazard integrity. Check input and output circuit supervision. Simulate system discharge and test releasing circuits. Visually inspect agent piping and nozzles. Check hydro-test dates for cylinders and discharge hoses. Anticipated Period of Performance: All work to be completed within 10 days of award Place of Performance: NPS Accounting Operations Center, 13461 Sunrise Valley Drive, Herndon, Virginia NAICS code: 423990 (Fire extinguisher sales combined with rental and/or service, merchant wholesalers) GSA SIN:465-11 (Fire Extinguishing/Suppressing Products, Retardant, Foams and Equipment) Small Business Set-Aside: This contract may be a small business set aside dependent on the availability of qualifying services. Capability Briefing Statements: The Government intends to solicit to an Approved Vendor's list against GSA, in accordance with Market Research. Note that the Government is not requesting proposals at this time but is only requesting capability briefing statements. A response to this RFI does not automatically mean a vendor will be placed on the Approved Vendor's list, nor does it mean that a vendor will be contacted further. The information gathered through this RFI is for market research only. There is no anticipated Solicitation date at this time. Date due for Capabilities Briefings: All responses shall reference the RFI title and be electronic format, and emailed to the point of contact specified below. All responses must be received not later than Tuesday, June 3, 2014 at 5:00 pm, ET Additional Information: This RFI is issued solely for information purposes and does not constitute a solicitation or obligation on the part of the Department. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Vendors will not be reimbursed for any costs associated with developing responses and/or providing information in response to this RFI and/or any follow-up information requests. Any information submitted in response to this RFI will become the property of the Government and will not be returned. Any/all information received in response to this RFI that is marked Proprietary will be handled accordingly. Such restrictions shall be clearly indicated on each sheet containing such information. The Government will NOT be responsible for any proprietary information not clearly marked. All material provided (responses, discussions, questions/answers, and other data) that is not related to competition sensitive or contractor proprietary material, may be provided (without attribution) to other respondents. Any material provided may be used in development of future solicitations. Evaluation of Responses: All responses received by the due date will be thoroughly reviewed by the acquisition team and are subject to incorporation into any final requirements. Responses to the RFI will not be considered in the evaluation for award of any resultant solicitation. Responses should contain Company Name, Address, Point of Contact(s), Cage Code, Phone Number, Fax Number, Size of Business pursuant to NAICS code 423990, a synopsis of capabilities, past performance of similar services (since January 2005) of the magnitude described above (include contact and phone number of projects listed), a statement as to whether your company is domestic or foreign owned. Large and small businesses are encouraged to participate in this survey. In addition to the size of business, indicate all classes of business (es) that fit your firm; i.e. Service Disabled Veteran Owned, Small Disadvantaged, Veteran-Owned, Woman-Owned, etc. Point of Contact and Capability Briefings submittal instructions: Briefings should be emailed to: Jenn Rollin, jennifer_rollin@ contractor.nps.gov (303) 969-2468 Heather Madsen, heather_madsen@nps.gov (303) 969-2363
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01207/listing.html)
- Record
- SN03377506-W 20140530/140528234648-2aa1273dfd2d7aa98c38004254ffd8e1 (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 |