SOURCES SOUGHT
J -- Requirement for inspecting, testing, and performing preventative maintenance on CSOSA Fire and Life Safety Systems which consist of fire protection systems, fire suppression systems, and fire extinguishers at various CSOSA locations
- Notice Date
- 1/10/2022 12:04:15 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- COURT SERVICES OFFENDER SUPV AGCY WASHINGTON DC 20004 USA
- ZIP Code
- 20004
- Solicitation Number
- 9594-22-SS-0001
- Response Due
- 1/24/2022 10:00:00 AM
- Point of Contact
- Kathleen Myers
- E-Mail Address
-
kathleen.myers@csosa.gov
(kathleen.myers@csosa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Court Services and Offender Supervision Agency (CSOSA) is considering procuring a requirement for inspecting, testing, and performing preventative maintenance on CSOSA Fire and Life Safety Systems which consist of fire protection systems, fire suppression systems, and fire extinguishers at various CSOSA locations throughout the Washington, DC metropolitan area.. The anticipated North American Industry Classification System (NAICS) Code is 561621 - Security Systems Services (except Locksmiths); size standard is $22.0M. CSOSA is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified in the attached Performance Work Statement and to determine their availability, capability and adequacy. If your firm is interested in this requirement, is a qualified small business for the NAICS code 561621 (size standard $22.0M), and has performed similar projects, we request the information shown below. An organization that is not a small business under the applicable NAICS code should not submit a response to this notice. FAR Part 10, permits using this market research tool for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy, i.e., determining whether a small business set-aside is possible for this procurement. Do not construe this notice as a RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government will not award a contract based on this request and will not consider any quotes submitted. The Government will not reimburse any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future. However, note that information gathered through this notice may significantly influence our acquisition strategy. All interested parties shall respond separately to any solicitations posted because of this sources sought notice. Submission Instructions: Responses via email are due at 1:00 PM ET on January 24, 2022 to Kathleen Myers at kathleen.myers@csosa.gov and must include the information requested below. Responses greater than 4 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. The Government will not notify respondents of evaluation results. �We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business����������� _____�� HUBZone��������� _____ WOSB _____ 8(a)�������������������������������������� ����������������������� _____ VOSB _____ SDVOSB������������������������������������������������������������������������������������������������������ _____ Small Disadvantaged Business B. Company Experience to include: At least 3 but no more than 5 projects completed in the last 5 years of similar size and scope. Projects must show experience in all types of work identified in the Performance Work Statement (fire protection systems, fire suppression systems, and fire extinguishers). Location of each project (company name, city, state). POC for each project (name, phone #, email) A�brief statement as to why each project is relevant to this sources sought notice and other relevant information.� Proof of satisfactory past performance on the referenced projects. Additional comments: ___________________________________________________________ This information is true and correct to the best of my knowledge. ________________________________________������������������������� ___________________ Signature���������������������������������������������������������������������������������������������� Date ________________________________________������������������������� ___________________ Name���������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7defe5279fa4ee693e9a47608f93cc3/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN06213796-F 20220112/220110230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |