Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9124B22R0001
SOURCES SOUGHT NOTICE INTRODUCTION The Mission and Installation Contracting Command Fort Irwin, California is issuing this sources sought notice as a means of conducting market research to identify pa...
SOURCES SOUGHT NOTICE INTRODUCTION The Mission and Installation Contracting Command Fort Irwin, California is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the following. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform: Alarm Maintenance and Fire and Emergency services; Installation Commercial Intrusion Detection Systems (ICIDS) maintenance and Monaco Fire Alarms. Inspect, repair, test, and replace both types of systems. Provide all personnel and supervision of personnel in accordance with the PWS In support of the Director of Emergency Service (DES) overall mission. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION as a single award. This requirement may be set-aside for small businesses and all socioeconomic categories with one or multiple socioeconomic identifiers will be considered. Telephone or email inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The objective is to procure these services on a competitive basis, based on the responses to this sources sought notice/market research. SYNOPSIS This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for a Quote (RFQ) or Request for Proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. PLACE OF PERFORMANCE: Location % On-Site Government % Off-Site Contractor Fort Irwin, California (National Training Center) 100% 0% The NAICS code for this requirement is 922160 - Fire Protection Product Service Code (PSC) is R429 Support- Professional: Emergency Response/Disaster Planning/Preparedness Support. DISCLAIMER “THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.” SYNOPSIS OF REQUIRED CAPABILITIES: 1. The Contractor shall ensure all maintenance and repair standards consistent with the original equipment manufacturer’s recommendations; and meets all applicable Federal, State, and local laws, regulations, and directives to include the publications in Section 7, Related Documents. 2. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conforms to the measurable performance standards of quality, timeliness, and quantity specified in the PWS and cited documents of this contract. 3. The Contractor shall obtain/ensure subcontractors obtain all licenses, and permits required to perform this work under this contract. The intent is to establish work requirements that are performance-based and results oriented. ADDITIONAL INFORMATION AND SUBMISSION DETAILS: DEADLINE FOR RESPONSES: Interested parties are requested to submit a capabilities statement. The deadline for response to this Sources Sought Notice is no later than 10:00 am, PST, 18 October 2021. All responses must be e-mailed to Theresa Rodriguez at theresa.rodriguez2.civ@army.mil and Carlet Clark at carlet.a.clark.civ@army.mil THE CAPABILITY STATEMENT SHALL ADDRESS AT A MINIMUM THE FOLLOWING ELEMENTS: I. 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. II. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization and company profile to include office locations, CAGE Code and DUNs number, etc. Provide a statement including current small/large business status indicate whether you qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern III. What type of work has your company performed in the past in support of the same or similar requirement? IV. Can or has your company managed tasks of this nature? If so, please provide details. V. What specific technical skills does your company possess which ensure capability to perform the tasks? VI. State whether the anticipated NAICS is most applicable for the work identified within the draft PWS. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Please indicate which NAICS code(s) your company usually performs under Government contracts to include any GSA contracts. Sufficiency of the Performance Work Statement: Interested parties are invited to provide any comments regarding the sufficiency of the statement of work, drawings and specifications and whether they provide enough detail for interested parties to complete the work. No phone calls or email inquiries will be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions will be accepted.