SOURCES SOUGHT
L -- Fire Extinguisher and Lifesaving Equipment Maintenance/Repair/Replacement Contract
- Notice Date
- 3/23/2018
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P918T0008
- Archive Date
- 4/19/2018
- Point of Contact
- Reid A. Drewes, Phone: (314)331-8384
- E-Mail Address
-
reid.a.drewes@usace.army.mil
(reid.a.drewes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Fire Extinguisher and Lifesaving Equipment Maintenance/Repair/Replacement Contract This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. Contract is anticipated to be a 5 Year - Indefinite Delivery Indefinite Quantity (IDIQ) Service Contract for Rivers Project Office Fire Safety Services. General Project Description 5 Year Indefinite Delivery, Indefinite Quantity (IDIQ) Service Contract The work covered by this contract and its respective task orders against this contract consist of furnishing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and services necessary to perform inspection, testing, maintenance, and repair of all fire extinguishers, fire hydrants, sprinkler systems, fire suppression systems, fire detection systems, SCBA equipment, fire hoses, and AED machines as defined in the Performance Work Statement and as specified in accordance with the contract specifications. Contract Areas and Service Limits for Services: The primary contract area locations are the Rivers Project Office and Warehouse Compound, and Audubon Center in West Alton, MO; National Great Rivers Museum and Melvin Price Locks and Dam in Alton, IL; Lock & Dam 24 in Clarksville, Mo; Lock & Dam 25 in Winfield, MO; Locks 27 in Granite City, IL; and Service Base in St. Louis, MO. Specific locations and service limits will be specified within each task order. Work Statement Typical work includes, but not limited to, providing complete inspection, testing, maintenance and repair services, and design/build of new fire systems, on all fire safety and life saving support equipment and systems ensuring they are working properly and in accordance with all local, state, and federal codes. During inspection and testing, the Contractor shall include item retagging, report deficiencies, and provide necessary repair cost estimate to bring items to acceptable working conditions. Repairs will need review and acceptance of the government prior to proceeding. If necessary, the task order will be modified in order to perform all needed repairs. Maintenance shall be conducted in accordance with the procedures outlined by respective fire safety and life saving support equipment and systems manufacturers and NFPA codes and regulations. The Contractor shall provide the personnel who have the skillset, qualifications, and certifications necessary to design new systems, refurbish existing systems to fully functioning, and make necessary repairs. The Contractor shall furnish all necessary management, supervision, inspection, tools, incidentals, testing, equipment, transportation, and vehicles necessary to assure that all services are performed in accordance with the contract specifications, all applicable laws, regulations, codes, and/ or directives. The contractor shall be available for typical operations utilizing an 8 hour work day during daylight hours Monday through Friday. During emergencies the contractor shall be available for 24 hour operations Sunday through Saturday. The contract duration shall be 5 Years with individual task orders to be issued at the discretion of the contracting officer. The contractor shall have the capabilities of working at multiple locations within the contract limits simultaneously. Required Trades: The contractor shall have the capabilities of supplying trades including, but not limited to fire safety repair specialists, fire safety repair technicians, fire protection engineers, and misc. fire safety professionals for performance of work at multiple contract areas simultaneously. Required Equipment: The contractor shall have the capabilities of supplying all equipment required to perform all required work associated with this contract. Submission 1. Please provide examples of work and equipment utilized that your company has performed in the areas listed below. No more than (3) three projects in any area of work performed. Describe past work experience showing all or more than one of the areas listed that performed under one contract. Areas of work involving characteristics that are similar to the types of work described herein: a. Performing inspection and certification services for equipment including, but not limited to, fire extinguishers (multiple types and sizes), fire suppression systems, fire detection systems, fire sprinkler systems, SCBA gear, fire hydrants, AED’s, fire hoses, emergency eyewash stations, and emergency exit lighting. b. Performing testing, maintenance, and repair services for equipment including, but not limited to, fire extinguishers (multiple types and sizes), fire suppression systems, fire detection systems, fire sprinkler systems, SCBA gear, fire hydrants, AED’s, fire hoses, emergency eyewash stations, and emergency exit lighting. c. Making recommendations and performing design/build/install of systems including fire suppression, detection, and sprinkler systems, fire hydrants, emergency eyewash stations, and emergency exit lighting. d. Providing new, unused equipment including, but not limited to, fire extinguishers of multiple types and sizes, SCBA gear, AED’s, and fire hoses. 2. Please provide business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size: (Large/Small) Cage Code: 3. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit a capability statement and experience response no later than 2:00 p.m., Central Standard Time, on April 4, 2018 and should not exceed 10 pages, with the font no smaller than 10 point via email to Reid Drewes, at reid.a.drewes@usace.army.mil, ONLY electronic submissions will be accepted. Please direct any questions on this announcement to Mr. Drewes at the above email or phone number 314-331-8384.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c3d63c3b545aecdecf7c420528f028eb)
- Record
- SN04865676-W 20180325/180323231700-c3d63c3b545aecdecf7c420528f028eb (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 |