SOURCES SOUGHT
N -- SOURCES SOUGHT SPECIAL NOTICE FOR H21 SF3 (AFFF Replacement Activities) at Joint Base Andrews, MD
- Notice Date
- 6/7/2024 12:10:01 PM
- Notice Type
- Sources Sought
- NAICS
- 922160
— Fire Protection
- Contracting Office
- NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N4008024R2232-3
- Response Due
- 6/12/2024 11:00:00 AM
- Archive Date
- 06/27/2024
- Point of Contact
- Molly Lawson, Phone: 2027165845
- E-Mail Address
-
molly.e.lawson.civ@us.navy.mil
(molly.e.lawson.civ@us.navy.mil)
- Description
- SOURCES SOUGHT SPECIAL NOTICE FOR H21 SF3 (AFFF Replacement Activities) at Joint Base Andrews, MD Notice Type: Sources Sought Date:� 7 JUNE 2024 Response Date: 12, JUNE 2024 AT 14:00 EST Classification Code: 922160 _______________________________________________________________________ THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This SSN is in support of market research and procurement planning being conducted by the Naval Facilities Engineering Systems Command (NAVFAC), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued.� The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NAVFAC WASH shall arise as a result of a response to this SSN/RFI or NAVFAC WASH�s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement. LOCATION: Contracting Office Address: 1314 Harwood Street, SE Bldg. 212 Washington Navy Yard, DC 20374-5018 OBJECTIVE: The intent of this SSN is to gauge industry interest and search for firms capable of assisting the Government in bringing a Fire Suppression System to compliance at Joint Base Andrews, MD. The work includes: ��������������� �������������� Procuring, delivering, and installing Fluorine Free Foam (F3) �������������� Replacing foam delivery nozzles �������������� Partial testing F3 Fire Suppression System in Bay areas ��������Properly capture and dispose wastewater generated by testing The Government is seeking a contracting firm that adequately demonstrates: Proven experience in converting foam systems from Viking GN200 to Viking GN202 grate nozzles. Experience in NAVFAC and AF projects, including grate nozzles, AFFF, fluorine free foams and retrofits � Capable to provide quick turnaround with short timing of the contract, and fast completion of work. The SSN also intends to improve small business access to acquisition information, determine set-aside possibilities for qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses and enhance competition by identifying contracting and subcontracting opportunities.� The draft of the minimum technical requirements, for the effort, are in the attached specifications. � NAVFAC WASH is currently in the planning stages for this procurement and may continue to modify the language within the requirement, as necessary. These specifications do not necessarily represent the final specifications. � A determination by the Government to not compete this requirement, for the specific items listed below, based on the responses to this notice is solely within the discretion of the Government. Reference FAR 6.302-1(c), ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements - Application for brand name descriptions."" REQUIRED CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. The Capabilities Statement Package shall not exceed 5 pages and shall ONLY be submitted electronically to Molly Lawson at molly.e.lawson.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN WEDNESDAY 12, JUNE 2024 AT 14:00 PM LOCAL TIME. LATE RESPONSES WILL NOT BE CONSIDERED. 1. CONTACT INFORMATION: a) Company Name and Address b) Point of Contact for questions/clarification c) Telephone Number and e-mail address d) EUI Number, CAGE Code e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us) (NOTE: If proposing or recommending alternate NAICS and or alternate PSC code, please provide justification) f) Business Size Standard /Socioeconomic Categories 2. TECHNICAL INFORMATION: Provide a capability narrative relevant to meeting the project objective. 3. QUESTIONS / COMMENTS: Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity.� (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.) 4. PAST PERFORMANCE: A list of contracts or task orders that demonstrate your firm�s capability to meet similar project objectives. 5. MULTIPLE AWARD SCHEUDLE CONTRACT: a) Indicate whether products and services are all available on a GSA contract, or similar vehicle. b) Provide applicable GSA or other contract number. 6. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 5 pages. Please do not sent a quotation. Please do not send general company information or information on products that are not specific to the listed specifications or requirement. � FAR PROVISION(S): FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research, information and procurement planning. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc8be2230b4f454e9c48dd63da8a9d0b/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN07090671-F 20240609/240607230119 (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 |