Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
SOURCES SOUGHT

S -- Fire Alarm Maintenance Services

Notice Date
2/9/2006
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-06-Q-AA1163
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential HUBZONE, 8 (a) SMALL BUSINESS, SMALL DISADVANTAGED VETERAN OWNED or SMALL BUSINESS sources. This notice is issued by the U.S. Coast Guard (USCG) Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA to identify HUBZONE, 8 (a) SMALL BUSINESS, SMALL DISADVANTAGED VETERAN OWNED or SMALL BUSINESSES sources capable of providing inspection, troubleshooting, maintenance, repair and upgrading services for the ?Autocall? Fire Protection Alarm System at the Coast Guard Academy, New London, Connecticut. The solicitation would be issued for a base plus four option periods, not to exceed 60 months, if exercised by the Government, beginning 01 October 2006. A solicitation will be issued shortly and will be synopsized on the Government Electronic Posting System at www.eps.gov. When issued the solicitation will appear on the MLCLANT Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html. It is the potential offeror's responsibility to monitor these avenues for release of any future solicitation or synopsis. The contractor shall provide all necessary labor, transportation, equipment, materials, supplies and supervision to perform inspection, troubleshooting, maintenance, repair, and upgrading of the ?Autocall? Fire protection Alarm System. The work consists of repair service and periodically, recurrent inspection and test required to keep the fire protection alarm system and its components in an operative condition at all times, together with replacement of the system or its components when they become unreliable or inoperative. The contractor shall provide all necessary labor, equipment materials and perform all operations in conjunction with inspecting, troubleshooting, maintaining, repairing, and upgrading the Academy?s fire protection alarm system and related equipment. The contractor shall also ensure at all times the system complies with the most recent provisions of National Fire Protection Association (NFPA) 72 and all other related NFPA codes. The applicable NAICS Code is 561621 (Security System Services (except Locksmiths)) with a size standard of $ 11.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http://www.sba.gov/regulations/121/. Any interested firm capable of providing these services is requested to respond via e-mail to: shavonda.a.jones@uscg.mil or facsimile at (757) 628-4134/4135, no later than 15 February 2006 with the following documentation: HUBZone or Any Small Business certification, past performance information and capability statement. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Like or similar services are defined as Firm Alarm System Maintenance Services . Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement.
 
Place of Performance
Address: 15 Mohegan Avenue, New London, CT
Zip Code: 06320-4195
 
Record
SN00984071-W 20060211/060209211559 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.