Pennsylvania Bids > Bid Detail

Fire protection

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159309765489007
Posted Date: Mar 20, 2024
Due Date: Nov 27, 2023
Solicitation No: N4008524R2525
Source: https://sam.gov/opp/8a7da162b0...
Follow
Fire protection
Active
Contract Opportunity
Notice ID
N4008524R2525
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 20, 2024 04:59 pm EDT
  • Original Published Date: Nov 13, 2023 08:48 am EST
  • Updated Response Date: Nov 27, 2023 02:00 pm EST
  • Original Response Date: Nov 27, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 11, 2024
  • Original Inactive Date: Dec 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    PA
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.



Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed services. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.



A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment Services for Fire Protection System Facilities at Naval Support Activity, Mechanicsburg, PA; Naval Support Activity, Philadelphia, PA, and Philadelphia Naval Business Center, Philadelphia, PA.



General Work Requirements:



The Contractor shall provide all labor, management, supervision, tools, material and equipment required for the following:



1502000 – Fire Protection System



The intent of 1502000 Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. Examples of services include:



Perform of Service Orders (Emergency and Routine), Maintenance of Fire Protection Systems, Implementation of Preventive Maintenance (PM) Program, Provide Inspection Testing and Certification Program and IMP for all Fire Protection Systems.



All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561621, size standard $25.0 million.



It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:



(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.



Size: A Facility Investment Services contract with a yearly value of at least $250,000 for recurring services.



Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide services for Fire Protection System Facilities as described in this Performance Work Statement (PWS).



Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.



(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code.



(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.



(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.



The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.



Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to Olivia.g.egress.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 27 November 2023. Questions regarding this sources sought notice may be emailed to Olivia Egress at Olivia.g.egress.civ@us.navy.mil or via telephone at (757) 341-0090.




Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >