Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOURCES SOUGHT

J -- Inspection, Testing and Maintenance and Repair (ITM/R) on Fire Protection (Suppression) and Detection Systems

Notice Date
12/18/2025 10:55:42 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
PANMCC035213
 
Response Due
12/29/2025 6:00:00 AM
 
Archive Date
01/13/2026
 
Point of Contact
Kelly Kotlik, Phone: 5206878191
 
E-Mail Address
kelly.p.kotlik2.civ@army.mil
(kelly.p.kotlik2.civ@army.mil)
 
Description
Inspection, Testing and Maintenance and Repair (ITM/R) on Fire Protection (Suppression) and Detection Systems SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for services to perform Inspection, Testing and Maintenance and Repair (ITM/R) on fire protection (suppression) and detection systems and ensure appropriate communications with alarm systems located at the United States Military Academy, West Point, NY 10996 and Stewart Army Sub-post (STAS) at New Windsor, NY 12553, in accordance with the manufacturer's recommendations and Unified Facilities Criteria (UFC) 3-600-02. The Contractor shall also provide remote offsite monitoring compatible with the fire suppression system at and shall provide emergency services on an �on call� basis with technicians on call 24 hours per day, 7 days a week, and be capable of providing emergency service on nights, weekends and holidays. The Contractor shall provide a work force possessing the skills, knowledge, certifications, licensing, and training to satisfactorily perform the service required by this contract. Personnel responsible for performing the required testing shall carry a NICET level 3 certification. The anticipated NAICS code is 561621, Security System Services, 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, size standard of $25,000,000, and PSC J063 Maintenance, Repair, and Rebuilding of Equipment- Alarm, Signal, and Security Detection Systems. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Interested parties may identify their interest and capability to meet all aspects of the requirement. Responses should be addressed to Mr. Kelly Kotlik at kelly.p.kotlik2.civ@army.mil no later than 0900 hrs. EDT on Monday, December 29, 2025. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI, CAGE code, a statement regarding small business status (small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Provide GSA Multiple Award Schedule Contract Number. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC-WP, Kelly Kotlik, at kelly.p.kotlik2.civ@army.mil, if you believe that this action is unreasonably restricting competition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f7b5ac46722c4ee799f9c01cacc1852b/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07670630-F 20251220/251218230044 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.