The RFP Database
New business relationships start here

JBSA Randolph Hangar Fire Suppression


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

Please see attached  Draft Performance Work Statement (PWS). 

 

This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10, Market Research. The purpose of this notice is to gain knowledge of potential qualified sources and is neither a request for quotes nor a solicitation of offers.  Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. 


The respondent must provide a Capability Statement that addresses the organization's qualifications and ability to support and perform as a prime contractor, the work described below.  Include a brief resume of performance of similar services of the magnitude described below (include contact and phone number of projects listed), and a sample Quality Control Plan.  Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, Email address, a statement as to whether your company is domestic or foreign owned, and Size of Business pursuant to NAICS code 811310, business size standard $7.5M.

DESCRIPTION: The contractor shall provide all personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform all requirements in accordance with this Performance Work Statement (PWS).  Contractor shall perform inspections, testing and maintenance on drainage discharge gates next to hangars 40/42, building 50 fire pumps/diesel engines, building 51 storage tank and fire suppression systems, alarms, and components in hangars Joint Base San Antonio (JBSA) Randolph (RAN) facilities 40, 41, 42, 44, 82, 83, and JBSA-Lackland (LAK) facilities 826, 829, 935, and 946 established in Appendixes A and B.  Contractor shall be licensed to perform inspection, testing, and maintenance requirements on an Aqueous Film Forming Foam (AFFF), High Expansion Foam (HEF), wet-pipe fire protection, Fire Alarm Control Panels and backflow devices.  Contractor shall be certified to test and report diesel engine emissions. Contractor shall perform all contract requirements in accordance with the most current edition of all applicable Federal, State, local, Department of Defense (DOD) and Air Force regulations, including, but not limited to the Unified Facilities Criteria (UFC) 3-601-02, National Fire Protection Association (NFPA) 25, NFPA standard 409, for Aircraft hangars and Government provided specifications/requirement data.

ESTIMATED CONTRACT DURATION: Five ordering years.

SYSTEM LOCATIONS:  The contractor shall perform inspections, testing, maintenance and reporting at JBSA-RAN buildings/hangars 40, 41, 42, 44, 50, 51, 82, 83, and at JBSA-LAK in buildings/hangars 820, 826, 829, 935, and 946, in accordance with UFC 3-601-02 tables and manufacturer specifications established in Appendixes A and B. 

All information submitted should fully support the vendor's definite capability to provide the supplies/service required, and shall be furnished at no cost or obligation to the Government.  Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contact.

This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government.  The Government will not reimburse contractors for any cost incurred for their participation in this survey.   Interested sources should submit responses to A1C Shantana Davis, 502/JBKAA, shantana.davis.1@us.af.mil, or Mr. Jorge Canavati, 502/JBKAA, jorge.canavati@us.af.mil.

For any questions contact A1C Shantana Davis at (210)671-1734 or Mr. Jorge Canavati (210)671-1728, or the emails above.

Respondent will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning.  All proprietary information not to be disseminated in Government documents must be clearly identified.  Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants.  This market survey is issued to determine the applicable planning and acquisition strategy based on responses indicating capability in responding to this requirement.


Shantana S. Davis, Phone 2106711734, Email shantana.davis.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP