Inactive
Notice ID:N6247822R2403
1. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. 2. The wo...
1. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. 2. The work includes, but is not limited to, furnishing all labor, management, supervision, tools, material, and equipment required to perform Fire Protection System Maintenance and Repair Services, Oahu, Hawaii. The Contractor shall perform maintenance and repair for the following: Building Systems -Fire Alarm and Detection Systems -Fire Suppression Systems -FM-200 Fire Suppression Systems -Kitchen Fire Suppression Systems -Fire Pumps -Exterior Radio Fire Alarm Reporting Systems -Foam Fire Suppression Systems This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability. 3. All maintenance, repair, testing and inspecting of fire protection systems shall be performed by personnel trained and certified in accordance with UFC 3-601-02, except as modified below for which the Authority Having Jurisdiction (AHJ) of the component office of responsibility, Navy Facilities Engineering Command (NAVFAC), has issued the following technical guidance: - As identified in Chapter 1, Section 8 of UFC 3-601-02, although the Contractor may meet the state’s qualifications and licensing requirements for Inspection, Testing, and Maintenance (ITM), those qualifications and licensing alone will not meet the minimum requirements of this contract. - Under the authority delegated to the AHJ, also known as the Fire Protection Engineer (FPE), in OPNAVINST 11320.23G, their technical guidance takes precedence in accordance with paragraphs 1-7.2 and 1-7.4 of UFC 3-601-02. The Contractor personnel performing maintenance, field work, and related ITM tasks shall have as a minimum, the following current and valid state license or National Institute for Certification in Engineering Technologies (NICET) certifications: Fire Alarm Systems: - NICET Level II Fire Alarm Systems; or - NICET Level II Inspection and Testing of Fire Alarms Automatic Sprinkler Systems: - NICET Level II Water-Based Systems Layout; or - NICET Level II Inspections and Testing of Water-Based Systems; or - State of Hawaii C-20 Fire Protection Foam Extinguishing Systems: - NICET Level II Special Hazard Systems FM-200 Fire Suppression Systems: - NICET Level II Special Hazard Systems Kitchen Fire Suppression Systems: - NICET Level II Special Hazard Systems The Contractor personnel performing system designs, installations, or operations inspections-testing (when not required by NAVFAC FPE) shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications: Fire Alarm Systems: - NICET Level III Fire Alarm Systems Automatic Sprinkler Systems: - NICET Level III Water-Based Systems Layout; or - NICET Level III Inspections and Testing of Water-Based Systems Foam Extinguishing Systems: - NICET Level III Special Hazard Systems FM-200 Fire Suppression Systems: - NICET Level III Special Hazard Systems Kitchen Fire Suppression Systems: - NICET Level III Special Hazard Systems Personnel working on systems, equipment or components containing chlorofluorocarbons (CFCs) and/or hydro-chlorofluorocarbons (HCFCs) must be certified under an Environmental Protection Agency (EPA) approved technical certification program per OPNAVINST 5090.1D. Personnel performing work in HAZMAT/HAZWASTE must complete the HAZMAT/HAZWASTE handling course or have a minimum of one year of experience working with HAZMAT/HAZWASTE. 4. Recurring work includes, but is not limited to, service orders (emergency, urgent, and routine); preventative maintenance (PM) program of fire protection systems (fire alarm systems, automatic sprinkler systems, foam extinguishing systems, FM-200 Fire Suppression systems, and Kitchen fire suppression systems); and inspection, testing, and certification program. Non-recurring work includes, but is not limited to, Unit Priced Labor Work – Subject to Wage Rate Requirements, Unit Priced Labor Work – Service Contract Labor Standards, and Material costs. 5. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561621 and the annual size standard is $22 million. The contract term will be a base period of one year plus four option years. The Government will not synopsize the options when exercised. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. 6. Interested sources capable of providing the required services must respond by e-mail to Jennifer.m.hue.civ@us.navy.mil no later than May 31, 2022. Interested sources shall provide their response using Attachment S-1. 7. No other information is required at this time. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Based upon the responses received, the Government will determine the set-aside method for the procurement.