Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2017 FBO #5811
SOURCES SOUGHT

S -- Fire Protection Inspection at Naval Support Activity, Crane, Indiana

Notice Date
10/19/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008518Q1604
 
Response Due
11/2/2017
 
Archive Date
11/17/2017
 
Point of Contact
Marissa Wagler
 
E-Mail Address
a.wagler@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008518Q1604; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for a Firm Fixed Price (FFP) type contract for Fire Protection Inspections. Systems are the following: FIKE Explosive Valves, VESDA Smoke Sampling Systems, FIKE SHP PRO Smoke Detection System, Fire PUMP Curve Testing, and ANSUL Wet Chemical Hood Systems. These systems are located in 14 various buildings at Naval Support Activity (NSA Crane), Crane, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work requirements to inspect the fire protection systems to meet required standards. Fire protection inspections must be done by certified technicians for the above mentioned systems. The term of the contract would be for a base period of twelve (12) months and two (2) 12-month option periods to be exercised at the Government s discretion. Applicable NAICS Code for this solicitation is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Small Business Size Standard is $7,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman Owned Small Businesses (WOSB); or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HubZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract, (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), and (f) proof that your company (or a committed subcontractor) employs certified technicians to perform inspections on the following systems: FIKE Explosive Valves, ANSUL chemical suppression systems, fire pumps, Pro Fire Panel, suppression FIKE chemical tank, and VESDA smoke sampling systems. Anticipate the solicitation will be released on or about 16 November 2017 with proposals due a minimum of 14 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to marissa.wagler@navy.mil. Responses may be submitted under Solicitation Number N4008518Q1604 via e-mail to: marissa.wagler@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Marissa Wagler, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on Thursday 2 November 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b770717594080360ce49d718aa840014)
 
Place of Performance
Address: 300 HWY 361, Crane, IN
Zip Code: 47522
 
Record
SN04717992-W 20171021/171019231123-b770717594080360ce49d718aa840014 (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.