Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2022 SAM #7475
SOURCES SOUGHT

J -- Fire Protection System Maintenance and Repair Services, Oahu, Hawaii

Notice Date
5/17/2022 3:53:20 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247822R2403
 
Response Due
5/31/2022 7:30:00 PM
 
Point of Contact
Jennifer Hue, Phone: 8084714510, Fax: 8084741543
 
E-Mail Address
jennifer.m.hue.civ@us.navy.mil
(jennifer.m.hue.civ@us.navy.mil)
 
Description
1.�������� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice is to identify potential offerors for market research purposes. 2.�������� The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Fire Protection System Maintenance and Repair Services, Oahu, Hawaii.� The Contractor shall perform maintenance and repair for the following: Building Systems ��� -Fire Alarm and Detection Systems ��� -Fire Suppression Systems ��� -FM-200 Fire Suppression Systems ��� -Kitchen Fire Suppression Systems ��� -Fire Pumps ��� -Exterior Radio Fire Alarm Reporting Systems � ��-Foam Fire Suppression Systems This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability.� 3.�������� All maintenance, repair, testing and inspecting of fire protection systems shall be performed by personnel trained and certified in accordance with UFC 3-601-02, except as modified below for which the Authority Having Jurisdiction (AHJ) of the component office of responsibility, Navy Facilities Engineering Command (NAVFAC), has issued the following technical guidance: -���������� As identified in Chapter 1, Section 8 of UFC 3-601-02, although the Contractor may meet the state�s qualifications and licensing requirements for Inspection, Testing, and Maintenance (ITM), those qualifications and licensing alone will not meet the minimum requirements of this contract. -���������� Under the authority delegated to the AHJ, also known as the Fire Protection Engineer (FPE), in OPNAVINST 11320.23G, their technical guidance takes precedence in accordance with paragraphs 1-7.2 and 1-7.4 of UFC 3-601-02. The Contractor personnel performing maintenance, field work, and related ITM tasks shall have as a minimum, the following current and valid state license or National Institute for Certification in Engineering Technologies (NICET) certifications: Fire Alarm Systems: -���������� NICET Level II Fire Alarm Systems; or -���������� NICET Level II Inspection and Testing of Fire Alarms Automatic Sprinkler Systems: -���������� NICET Level II Water-Based Systems Layout; or -���������� NICET Level II Inspections and Testing of Water-Based Systems; or -���������� State of Hawaii C-20 Fire Protection Foam Extinguishing Systems: -���������� NICET Level II Special Hazard Systems FM-200 Fire Suppression Systems: -���������� NICET Level II Special Hazard Systems Kitchen Fire Suppression Systems: -���������� NICET Level II Special Hazard Systems The Contractor personnel performing system designs, installations, or operations inspections-testing (when not required by NAVFAC FPE) shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications: Fire Alarm Systems: -���������� NICET Level III Fire Alarm Systems Automatic Sprinkler Systems: -���������� NICET Level III Water-Based Systems Layout; or -���������� NICET Level III Inspections and Testing of Water-Based Systems Foam Extinguishing Systems: -���������� NICET Level III Special Hazard Systems FM-200 Fire Suppression Systems: -���������� NICET Level III Special Hazard Systems Kitchen Fire Suppression Systems: -���������� NICET Level III Special Hazard Systems Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro-chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1D. Personnel performing work in HAZMAT/HAZWASTE must complete the HAZMAT/HAZWASTE handling course or have a minimum of one year of experience working with HAZMAT/HAZWASTE. 4.�������� Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine); preventative maintenance (PM) program of fire protection systems (fire alarm systems, automatic sprinkler systems, foam extinguishing systems, FM-200 Fire Suppression systems, and Kitchen fire suppression systems); and inspection, testing, and certification program.� Non-recurring work includes, but is not limited to, Unit Priced Labor Work � Subject to Wage Rate Requirements, Unit Priced Labor Work � Service Contract Labor Standards, and Material costs. 5.�������� Procurement Method:� Contracting by Negotiation.� The NAICS Code for this procurement is 561621 and the annual size standard is $22 million.� The contract term will be a base period of one year plus four option years.� The Government will not synopsize the options when exercised.� Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards.� 6.�������� Interested sources capable of providing the required services must respond by e-mail to Jennifer.m.hue.civ@us.navy.mil no later than May 31, 2022.� Interested sources shall provide their response using Attachment S-1. 7.�������� No other information is required at this time.� This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract.� An award will not be made on responses to this notice.� This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.� Based upon the responses received, the Government will determine the set-aside method for the procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d08efb305c5f4533a57e0414dcc28f37/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN06330002-F 20220519/220517230107 (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 |
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.