The RFP Database
New business relationships start here

Inspection/Testing/Maintenance of Fire Alarm and Mass Notification System


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Capable sources are sought to provide Inspection, Testing, and Maintenance (ITM) and repairs for Fire Alarm and Mass Notification Systems located at the Air Force Research Laboratory, Information Directorate (AFRL/RI), Rome, NY, the Newport Research Site, Newport, NY, the Stockbridge Research Site, Oneida, NY, and the Defense Finance and Accounting Services (DFAS), Rome, NY.

The Contractor shall furnish all personnel, labor, equipment, tools, materials, instruments, meters, gauges, test equipment, transportation, supervision, and other items and services necessary to inspect, maintain and repair Fire Alarm Systems and Mass Notification Systems.


This acquisition includes, but is not limited to, these principal features:


A. Perform Six Month Mass Notification ITM
B. Perform Fire Alarm ITM Annual Tasks
C. Perform Fire Alarm ITM 2 Year Tasks
D. Perform Fire Alarm ITM 5 Year Tasks
E. Equipment and Parts
F. Repair Services


The attached DRAFT Performance Work Statement for Inspection, Testing & Maintenance of Fire Alarm and Mass Notification System (ATTACHMENT 1) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. Interested offerors are encouraged to review the DRAFT Performance Work Statement for Inspection, Testing & Maintenance of Fire Alarm and Mass Notification System and provide comments and/or questions.


The anticipated period of performance is 01 July 2017 through 30 June 2018 plus 4 option years (if all options are exercised, performance would conclude 30 June 2022).


The applicable NAICS code is 561621 with an associated small business size standard of $20.5M average annual revenue.


Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis.


If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 50% of the cost of the contract, not including the cost of materials, with its own employees.


All interested 8(a), HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. In order to be considered, responses must include the following:


1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor.
2. A company profile, including name of business, CAGE code, DUNS number, and other pertinent information.
3. A description of capabilities.
4. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov). Please note, all SDVOSB and VOSB must be verified by the office of Small Disadvantaged Business Utilization Center for Veterans Enterprise (CVE) prior to receiving any award.
5. Evidence of experience within the past three (3) years of work similar in magnitude and scope.


NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered ‘NOT INTERESTED' in this requirement.


Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Leslie Christoferson, Contract Specialist (Leslie Christoferson@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil ) and Small Business Specialist (Bruce.Miller.1@us.af.mil). Responses must be sent by email.


All information must be received before 3:00 PM (ET) 05 May 2017 to be considered.


Technical questions may be referred to Leslie Christoferson or John Haberer at the email addresses indicated above.


Small Business program questions may be referred to Bruce Miller, email Bruce.Miller.1@us.af.mil


If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil).


This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.


Leslie Christoferson, Contract Specialist, Phone 315-330-7255, Email Leslie.Christoferson@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP