Inactive
Notice ID:FA286019SDW01
This is a Sources Sought synopsis only, and not a pre-solicitation notice pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. This Sources Sought is to ascertain pot...
This is a Sources Sought synopsis only, and not a pre-solicitation notice pursuant to Federal Acquisition Regulation (FAR) Part 5, Publicizing Contract Actions. This Sources Sought is to ascertain potential vendors and the availability of commercial sources and services in accordance with (IAW) FAR Part 10, Market Research. The purpose of this Sources Sought is to obtain knowledge of potential, qualified vendors. It is only for informational purposes. It does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost(s) incurred for their participation in this survey. All submitted information will only be considered for the purpose of determining whether conducting a competitive acquisition is possible for the Government. All responses must provide clear and concise documentation that indicates a potential vendor's bona fide capability to provide the service described below. Respondents must provide a Capability Statement that addresses their organization's qualifications, and the ability to perform the below listed service as the prime contractor, in accordance with the attached DRAFT Statement of Work (SOW). All submitted information should fully support the vendor's definite capability and shall be provided at no cost to the Government. Submissions should contain the following: - Company Name, Address, POCs, Phone Number(s), Email Address(es), Cage Code - Brief resume of performance of similar services of the magnitude described below, in accordance with the DRAFT Performance Work Statement (PWS) - Contract number(s) and Points of Contact (POCs) for those contracts - Statement of whether the company is domestic or foreign owned - Size of business pursuant to NAICS code 811310; Business Size Standard $7.5 million status (i.e., small business, 8(a), HUBZone, WOSB, SDVOSB, etc.). DESCRIPTION: Fire Fighter Equipment Maintenance - Joint Base Andrews MD 20762. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and other items or services necessary to perform all operations associated in performing for scheduled and emergency repair maintenance to include replacing dilapidated or out-of-service parts on various types of emergency response equipment used by Joint Base Andrews, Fire Emergency Services Flight. The contractor shall have the appropriate testing and certified repair equipment to complete the work. Technicians shall be certified to work on and repair Bauer Air Compressors as well as RAE System detection monitors. Any inspection, testing, maintenance, and or recharging performed on portable fire extinguishers shall be carried out in completed compliance with: National Fire Protection Agency Standard 10 (NFPA 10) - Standard for Portable Fire Extinguishers; Air Force Occupational Safety and Health Standard (AFOSHSTD) 91-56 - Fire Protection and Prevention; Air Force Technical Order (AFTO) 13F4- 4-121 - Fire Extinguisher, Wheeled Liquefied Gas, 150 LB. Capacity. AFTO 13F4-4-121 will take precedence over NFPA. Responses must be received no later than 12:00 PM (EST), 16 August 2019. Any potential vendors who are not capable of providing the services described below, please do not respond. Any potential vendors who may be interested in participating in a future acquisition for this requirement should respond to this Sources Sought notice by responding in the Federal Business Opportunities electronic system (https://www.fbo.gov/) or by contacting the POC below via e-mail: Deborah A. Wright deborah.a.wright43.mil@mail.mil