Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

J -- Fire Suppression, Fire Alarm, Fire Sprinkler Systems ITM and Repair

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-16-R-0006
 
Archive Date
2/17/2016
 
Point of Contact
Jean L. Birdsell, Phone: 2539665681, Renee M. Krahenbuhl, Phone: 2539673568
 
E-Mail Address
jean.l.birdsell.civ@mail.mil, renee.m.krahenbuhl.civ@mail.mil
(jean.l.birdsell.civ@mail.mil, renee.m.krahenbuhl.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently requesting information in order to determine the existence of viable commercial sources capable of providing Fire Suppression, Fire Alarm, Fire Sprinkler Systems Inspection, Testing and Maintenance (ITM) and Repair at all JBLM locations. The intended contract period is for a base year with four (4) one-year option periods (five years total). The installation, JBLM consists of JBLM Lewis North, JBLM Lewis Main, JBLM McChord Field, and Yakima Training Center (YTC). JBLM is a United States Army Joint Base located primarily in Pierce and Thurston Counties, Washington. YTC is located in Yakima County, Washington. Description of services: The contractor shall provide Fire Suppression, Fire Alarm, Fire Sprinkler Systems ITM and Repair at specified facilities throughout JBLM: The contractor shall furnish all management, tools, supplies, equipment and labor necessary to examine, restore, maintain, repair, clean, inspect, and perform testing of the following: installed facility fire sprinkler systems, kitchen fire suppression systems, fire pumps, fire pump monitoring devices and related equipment, fire sprinkler monitoring devices, aircraft hangar foam agent systems, automatic fire alarms, Fire Alarm Control Panels (FACP) and associated devices, (activation, warning and auxiliary), electrical/electronic components of the systems. The contractor shall provide testing and programming to facilities with Mass Notification Systems (MNS). The contractor shall provide updated Computer-Aided Design (CAD) (current year) drawings in a manner that will ensure fire systems serviceability and proper operation. The Government is not soliciting offers at this time. This is a sources sought notice for Market Research purposes only, to gain knowledge of potential qualified sources. A Solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up Requests for Information. If you are interested and capable of providing the required services, please complete the Sources Sought Questionnaire below and email your response to jean.l.birdsell.civ@mail.mil and renee.m.krahenbuhl.civ@mail.mil not later than 2:00 PM PDT, 2 February 2016. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Please limit your response to three pages or less. Sources Sought Questionnaire, JBLM, WA. Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ CAGE ______________________ 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except Locksmiths). The small business size standard for this NAICS code is $20.5 million. This U.S. industry comprises establishments primarily engaged in (1) selling security alarm systems, such as burglar and fire alarms, along with installation, repair, or monitoring services or (2) remote monitoring of electronic security alarm systems. A size standard, usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify)__________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ 2. If the Government selected your company for an award, how many calendar days would your company need after the contract award date before starting services? _____ 15 days _____ 30 days _____45 days _____other (please list) 3. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns the services in this notice. How should these risks be mitigated? ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ 4. Does your company have experience with working at JBLM or other military installations? If yes, provide a brief description of work experience. ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ 5. Provide any additional feedback that you feel is relevant (i.e. problems or any other issues experienced with similar contracts). _____________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ Thank you for your participation. Please send responses to jean.l.birdsell.civ@mail.mil and renee.m.krahenbuhl.civ@mail.mil by 2:00 PM PDT, 2 February 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72c5e1cc2fc2ddc570f77bef7e2e26e2)
 
Place of Performance
Address: Joint Base Lewis-McChord, JBLM, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04001084-W 20160128/160126234312-72c5e1cc2fc2ddc570f77bef7e2e26e2 (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.