Facility Support Services for Fire Protection System Facilities
Summary of important facts, details, and requirements
- Location of work
- PA, USA
- Bids due date
- November 27, 2023
- Department and office
- DEPT OF DEFENSE
NAVFACSYSCOM MID-ATLANTIC - Set aside
- N/A
This contract is a sources sought notice for Facility Support Services for Fire Protection System Facilities at Naval Support Activity, Mechanicsburg, PA; Naval Support Activity, Philadelphia, PA, and Philadelphia Naval Business Center, Philadelphia, PA. The contract is intended to determine the availability and capability of small business sources to perform the proposed services. The contract is expected to be a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total term not exceeding 60 months. The contractor will be responsible for providing all labor, management, supervision, tools, material, and equipment required for Facility Investment Services for Fire Protection System Facilities. The services include performing service orders, maintenance of fire protection systems, implementation of preventive maintenance program, inspection testing and certification program, and IMP for all fire protection systems. Small businesses are encouraged to respond to this notice. Interested parties should submit a brief capabilities package addressing their relevant experience, company profile, small business status, and geographic area of operation. The deadline for submission is 27 November 2023.
Fire protection
Full details from SAM.gov
- Location of work
- PA, USA
- Bids due date
- November 27, 2023
- Department and office
- DEPT OF DEFENSE
NAVFACSYSCOM MID-ATLANTIC - Set aside
- N/A
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 companys 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.