Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

Z -- Fire Hydrant Inspection and Preventive Maintenance

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
N69450 NAVFAC Southeast, Fort Worth NAS JRB Fort Worth 1215 Depot Avenue Fort Worth, TX
 
ZIP Code
00000
 
Solicitation Number
N6945015R3514
 
Response Due
4/14/2015
 
Archive Date
5/29/2015
 
Point of Contact
Carla Echols, 817-782-5284
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR A FIRM FIXED PRICE SERVICES CONTRACT TO PROVIDE PREVENTIVE MAINTENANCE ON FIRE HYDRANTS LOCATED AT VARIOUS LOCATION AT NAS JOINT RESERVE BASE (JRB), FORT WORTH, TX. This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The result of this market research will contribute to determining the method of procurement. The North American Industrial Classification System (NAICS) code for this potential procurement is 238990, All Other Specialty Trade Contractors with a corresponding small business size standard of $15.0 million. Estimated contract value: Between $250,000 and $400,000. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Naval Facilities Engineering Command Far East, Facilities Engineering and Acquisition Division (FEAD), Public Works Department, NAS Joint Reserve Base (JRB), Fort Worth, TX, is seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Economically Disadvantaged Woman Owned Small Business (EDWOSB) with self-performance experience in the types of work likely to be ordered on any potential procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. All firms are reminded that they must be registered in the System for Award Management (SAM) database to be eligible to receive any potential contract award. It is anticipated that the contract performance period will include a Base Year and four (4) One-Year Option periods. SCOPE OF WORK: Contractor will perform both semi-annual preventive maintenance and five (5) year preventive maintenance (P.M.) on fire hydrants as indicated. (Five-Year P.M. will be performed in the Base Year of the contract only. Five-Year preventative maintenance, including flow test, will be conducted in Base year as first P.M. (preventative maintenance) effort to be followed by semi-annual P.M. Flow test will be performed IAW NFPA -291 standards and document results. Contractor will paint bonnet portion and caps of hydrant according to color that coincides with flow rate as determined by flow test in five (5) year P.M. Preventive maintenance will include a listing of any repairs required for each hydrant. Barcodes will be supplied by government. Bar codes will be applied to hydrant under bonnet flange. Markers will conform to DOT standards. Contractor will install blue bi-directional retro-reflective raised pavement markers that will be affixed to pavement at each hydrant with appropriate adhesive for pavement and plastic. Hydrant numbering will be done on barrel of hydrant with white paint in 2 inch size numbers. Hydrants on Air Field are below grade (model M and H 229) and require a special tool (A314 wrench) to operate. Fire Hydrant and Water Distribution System Description, Inventory and Map will be provided in SOW. The Contractor will complete P.M. checklists provided and submit according to SOW, Hydrants that require air field access or that are connected to fire pump houses will require either air field authorization or require pump houses to be secured by government personnel prior to any activity. Preventive maintenance will include a listing of any repairs required for each hydrant. Semi-annual maintenance should be optimally performed in Spring and Fall months. Contractor will coordinate with Government personnel to secure pump houses for hydrants tied into pump houses. Hydrants will be lubricated IAW AWWA recommendations using vegetable oil. Some hydrants do not have capability for lubrication (depending on manufacturer). Contractor will note on checklist if hydrant cannot be lubricated. Responses to Sources Sought: INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN 2:00 P.M, (CST), 14 APRIL 2015 WITH THE FOLLOWING SUBMISSIONS VIA EMAIL TO Carloso.echols@navy.mil. Subject line of the email shall appear as follows: N69450-15-R-3514, Sources Sought Response - œFire Hydrant/Painting/Repair/Replacement, NAS JRB Fort Worth, TX Request interested firms respond to this notice and provide the following: a. CAPABILITY STATEMENT. Copy of your most recent Capability Statement (including DUNS number, CAGE code, NAICS codes and Small Business certifications) detailing work performed in the last five (5) years to include projects that demonstrate recent Prime Contractor or indicate work performed as a subcontractor or teaming partner for projects you deem best represent your firm ™s self-performance capabilities. b. PERCENT OF WORK the firm can commit to accomplishing services (not subcontracted) labor. c. STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within FEAD Fort Worth, to facilitate the decision making process and will not be disclosed outside of the organization. This does not constitute a request for proposal, request for quote or an invitation for bid. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467U/N6945015R3514/listing.html)
 
Place of Performance
Address: 1215 Depot Avenue, Fort Worth, TX
Zip Code: 76127
 
Record
SN03679730-W 20150328/150326234924-9a70c45f7ed4f6d10f7ffe75a957f46f (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  © 1994-2020, Loren Data Corp.