Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

J -- Inspection, Maintenance and Repair Services for Fire Protection Systems at the Defense Distribution Center, Susquehanna, New Cumberland, PA

Notice Date
4/7/2021 5:48:59 AM
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-21-R-0001
 
Archive Date
12/31/2021
 
Point of Contact
Joshua L. Woodworth, DONNA A KAUTZ
 
E-Mail Address
joshua.woodworth@dla.mil, donna.kautz@dla.mil
(joshua.woodworth@dla.mil, donna.kautz@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-21-R-0001 for the below�stated requirement was on or around April 1, 2021. However, the issuance of the RFP has been delayed until further notice. A new date for the issuance and the RFP will be posted to this notice once known. *** DLA Distribution Susquehanna PA (DDSP) intends to issue Solicitation SP3300-21-R-0001 for a service contract to maintain the Fire Protection Systems located throughout the DLA Distribution Center. The Scope of Work shall include two types of service: - Preventive Maintenance (PM) of fire protection systems includes the periodic inspection and testing to assure operability and reliability of active components in the event these components are called into service. PM is scheduled maintenance and occurs during normal business hours. - Remedial Maintenance (RM) is unscheduled work that needs to be performed to bring the system back to full performance. This work may be required at any time of day and would typically be in response to a failed or failing component within a fire protection system.�� The two types of service will be performed on fire suppression, fire alarm, and mass notification systems. Fire suppression systems vary in type and size depending on the intended service and the location of the system. There are typically multiple systems located within a single building. This contract will initially service fire suppression systems at 51 facilities on the Installation. Fire alarm systems are comprised of various devices and electronic components depending on the contents of the building and equipment / systems being monitored. Typically, each building is served by multiple fire suppression systems all of which require various fire alarm initiating and notification devices. These devices may be tied back to a single alarm panel or multiple fire alarm panels within the building. This contract will initially service fire alarm systems in 67 buildings on the Installation. Mass notification systems are comprised of various devices and electronic components including but not limited to speakers, strobes, amplifiers, control panels, and textual signs depending on the requirements of the building and the occupants of the building. These devices are tied back to the Mass Notification Control Panel and tied into the fire alarm system. This contract will initially service mass notification systems in 35 buildings on the Installation and 4 outdoor giant voice towers. A complete Statement of Work (SOW) including number and types of systems involved will be provided when the solicitation is issued. Period of Performance:�The RFP is being issued as one (1) base year plus four (4) one-year option periods. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 561621.� The small business size standard is $22,000,000. The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-21-R-0001 for the above stated requirement is on or around April 1, 2021.� A pre-proposal/site visit will be conducted.� The exact date and time for the pre-proposal/site visit will be stated in the solicitation package.� The solicitation will also establish the RFP due date and time. Access to the solicitation package will only be made available to prospective offerors via the beta.SAM.gov website at https://beta.sam.gov/.� Hard copies of the solicitation will not be distributed.� Any questions concerning this project should be directed to the Acquisition Specialist Joshua Woodworth at joshua.woodworth@dla.mil.� All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP.� There will be no advance notification of amendment issuance.�� Prospective offerors are advised to consult the website frequently to check for any amendments.� Amendments may be issued up until the proposal due date.� Failure to acknowledge amendments may render your proposal ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible small business concerns may submit a proposal which shall be considered by this agency.� The Government intends to award one contract as a result of this RFP.� Award will be made to the lowest priced technically acceptable offeror.� An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4457dad880b44c858480b13052815db7/view)
 
Place of Performance
Address: New Cumberland, PA 17070, USA
Zip Code: 17070
Country: USA
 
Record
SN05964768-F 20210409/210407230112 (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.