Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2017 FBO #5707
SOLICITATION NOTICE

J -- On-Site Inspection, Testing, Preventative Maintenance and Remedial Repairs of Fire Alarm Systems

Notice Date
7/7/2017
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
 
ZIP Code
18466-5107
 
Solicitation Number
W25G1V-17-R-0025
 
Point of Contact
Kristi-Jo M. Noel, Phone: 5706159051
 
E-Mail Address
kristi-jo.m.noel.civ@mail.mil
(kristi-jo.m.noel.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for on-site non-personal services which shall consist of the inspection, testing, preventative maintenance and remedial repair of Fire Alarm Systems currently located throughout Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. The contractor shall provide trained and experienced service technicians with recent and relevant experience with the types of systems located at TYAD and to provide quality services in accordance with (IAW) manufacturers' specifications and accepted industry standards according to the National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards. The contractor will be required to provide on-site services which shall consist of inspecting, testing, preventative maintenance and remedial repairs to the fire alarm systems located throughout TYAD. This requirement will ensure that the fire alarm systems are fully operational and in good working condition IAW the manufacturer's specifications, NFPA 72, Army Regulation (AR) 420-1 and UFC Standards 3-601-02. In each building, the contractor shall inspect and test 100% of the smoke detectors, heat detectors, pull stations and fire alarm panels. The contractor shall furnish all supervision, labor, equipment and parts in support of this service. The estimated period of performance is a base period of twelve (12) months with an option to extend for two (2) additional twelve month periods. In accordance with FAR 19.502-2(b)(1) this requirement has been designated as a 100% Total Small Business Set-Aside. NAICS Code is 561621, Size Standard is $20.5 Million. This acquisition is being conducted in accordance with FAR Part 12 - Acquisition of Commercial Items, FAR Part 13.5 - Simplified Procedures for Certain Commercial Items and FAR Part 15 - Contracting by Negotiation, as applicable. Request for Proposal (RFP), W25G1V-17-R-0025 will be issued on or around July 18, 2017. Actual issue and due dates shall be as established in the solicitation. The RFP will be available for download on Federal Business Opportunities (FedBizOpps) website. Vendors wishing an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/. At Keyword/Solicitation Number, insert "W25G1V-17-R-0025" and hit SEARCH. The solicitation will be issued electronically only. No paper or disc copies will be issued. A site visit will be held after issuance of the solicitation. Dates of the site visit will be established in the solicitation. It is strongly recommended that prospective offerors attend the site visit prior to submitting a proposal. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. Any resultant contract will be a hybrid contract and will contain a Firm-Fixed Price Contract Line Item Number (CLIN) for the inspecting, testing and preventative maintenance and a Time and Materials CLIN for remedial repairs. Only one (1) award will be made. Multiple awards will not be considered. In order to be eligible for award, all prospective offerors must have a current and active registration in System for Award Management (SAM): https://www.sam.gov and not show any Active Exclusions or Delinquent Federal Debt, and found to be responsible in accordance with FAR 9.1 - Responsibility of Prospective Contractors. Point of contact is Kristi-Jo Noel, Contract Specialist, Kristi-jo.m.noel.civ@mail.mil, (570) 615-9051. This notice does not obligate the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/269358f4684bfe5c9b337e222d43a574)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN04571765-W 20170709/170707235935-269358f4684bfe5c9b337e222d43a574 (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 |
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.