Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

J -- Service and Maintenance for Halotron Wheeled Fire Extinguisher Units

Notice Date
2/22/2021 12:57:09 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
COMMANDING GENERAL CAMP PENDLETON CA 92055-5001 USA
 
ZIP Code
92055-5001
 
Solicitation Number
M0220321SUTFTA2
 
Response Due
2/24/2021 7:00:00 AM
 
Archive Date
02/25/2021
 
Point of Contact
Alex Budai, Jennifer White
 
E-Mail Address
alex.budai@usmc.mil, jennifer.l.white@usmc.mil
(alex.budai@usmc.mil, jennifer.l.white@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS The Regional Contracting Office MCI-West is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Fire Extinguisher Maintenance to include: Ship the fire extinghishers from, or pick them up from the point of origin; Empty the contents and complete both internal inspection and hydrostatic testing; Replace parts; Recharge; Certify; and Deliver the units back to their originating location. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. 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.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 24 February 2021. All responses under this Sources Sought Notice must be emailed to alex.budai@usmc.mil. APPENDIX 1: Statement of Work Internal Inspection and Hydrostatic testing of Halotron Wheeled Fire Extinguishers BACKGROUND Fire extinguisher maintenance is not a new requirement.� These services have been a requirement since the adoption of OSHA 23 CFR 1910.157 and NFPA 10 current edition.� Hovever, ARFF has replaced outdated fire extinguishers both wheeled and handheld over the past 5 years.� During tha ttime, internal inspections and additional maintenance was not required for the specific set of equipment.� In the event of fire extinguisher serice and maintenance previously, the GPCP program would be utilized for a single service for the year.� The current amount of services required for the fire extinguishers greatly surpases the amount approved for GCPC use.� Currently ARFF has 139 fire extinguishers requiring maintenance over the next 5 years.� He first set of fire extinguishers will require the 6 year intermal inspection by th eend of calendar year 2021. SCOPE� The contractor shall provide all facilities, equipment, materials, supplies, tools and transportation necessary to perform all services required by this statement of work service and maintain the fire extinguishers.� This requirement is in support of the Marine Corps Air Station Miramar Aircraft Rescue and Firefighting. SPECIFIC TASKS The contractor shall employ only properly certified persons who are experienced and trained in fire extinguisher service, maintenance and hydrystatic testing, in accordance with OSHA 29 CFR 1910.157, NFPA 10, and the Amerex fire extinguisher manufacturer guide.� The contractor shall furnish all labor and equipment to services the fire extinguishers as specified in this statement of work: � � � � � �3.1 Ship the fire extinghishers from, or pick them up from: � � � � � � � � � � Marine Corps Air Station M02203 � � � � � � � � � � Bldg 6216 � � � � � � � � � � PO Box 452000 � � � � � � � � � � San Diego, CA, 92145-2000 � � � � � �3.2 Empty the contents and complete both internal inspection and hydrostatic testing; � � � � � �3.3 Replace parts; � � � � � �3.4 Recharge; � � � � � �3.5 Certify; and � � � � � �3.6 Deliver the units back to their originating location: � � � � � � � � � � Distribution Management Office � � � � � � � � � � MF HHS ATTN Station Proper M02203 � � � � � � � � � � Marine Corps Air Station M02203 � � � � � � � � � � Bldg 6216 � � � � � � � � � � PO Box 452000 � � � � � � � � � � San Diego, CA, 92145-2000 � � � � 4. PERIOD OF PERFORMANCE: This service will be for a period of performance of one year and four option years. � � � � 5.�TECHNIAL POINT OF CONTACT(s) : Alex Budai, Contracting Specialist alex.budai@usmc.mil and Jennifer L. White� � � � � � � � � � � � Jennifer.l.white@usmc.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c195e86404954860b84aa32cdce6ea30/view)
 
Place of Performance
Address: San Diego, CA 92145, USA
Zip Code: 92145
Country: USA
 
Record
SN05923337-F 20210224/210222230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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