FIRE SAFETY EMERGENCY EQUIPMENT
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR FIRE, SAFETY, EMERGENCY EQUIPMENT INTRODUCTION The 413TH CSB, Regional Contracting Office-Alaska (RCO-AK) is issuing this sources sought synopsis as a means of... SOURCES SOUGHT TECHNICAL DESCRIPTION FOR FIRE, SAFETY, EMERGENCY EQUIPMENT INTRODUCTION The 413TH CSB, Regional Contracting Office-Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Fire, Safety and Emergency Equipment on Fort Wainwright, Fort Greely, Joint Base Elmendorf Richardson (JBER) and Black Rapids, Alaska. The intention is to procure these items on a competitive basis. Upon Award Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start registration process early so the firm can be considered for award. The intent of this sources sought is to identify vendors who wish to participate in this requirement to ensure small business are afforded an opportunity. Additionally, the information received from this sources sought will be used to shape the small business procedures as outlined in FAR PART 19. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at Government facilities on Fort Wainwright, Fort Greely, (JBER) and Black Rapids, Alaska. PERIOD OF PERFORMANCE The estimated period of performance consists of one (1) base year of twelve (12) months at full performance, and four (4) option years of twelve (12) months each. FAR clause 52.217-8, Option to Extend Services, will be included and shall not exceed one hundred and eighty (180) calendar days. CONTRACT TYPE The contract type is anticipated to be a Blanket Purchase Agreement (BPA). DISCLAIMER "THIS SOURCES SOUGHT 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." PROGRAM BACKGROUND The Army has a requirement for a variety of Fire and Safety equipment for Fort Wainwright, Fort Greely, (JBER) and Black Rapids, Alaska. The required equipment includes turn-out gear, gloves, boots, helmets, protective gear, lifesaving equipment, communications equipment and similar fire and safety equipment within this general class of supplies. REQUIRED CAPABILITIES Interested parties shall be able to provide Protective Clothing and/or other Fire and Safety equipment for Fort Greely, Fort Wainwright, (JBER) and Black Rapids. The contractor will provide and deliver the required number of Protective Clothing and or other Fire and Safety Equipment to individuals at Fort Greely, Fort Wainwright, (JBER) and Black Rapids. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, web site address, telephone number, CAGE code, DUNS Number, and size and type of ownership for the organization. 2. 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. 3. A positive statement of interest to submit a proposal. The Government will evaluate market information to ascertain potential market capacity to: 1. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4. Provide services under a blanket purchase agreement (BPA). SPECIAL REQUIREMENTS 1. Personnel and Facility Security Clearances. Not Applicable to supply. 2. Security Requirements. Not Applicable. 3. Buy American Act. 4. Berry Amendment. 5. IT (e.g. Clinger-Cohen Act). Not applicable to this type of services. 6. Service Contract Act. Not applicable 7. Government Furnished Property and Services. Not applicable for services. ELIGIBILITY The applicable NAICS code for this requirement is 339113, Firefighting Suits and Accessories Manufacturing, with a Small Business Size Standard of 750. The Product Service Code is 4210, FIRE FIGHTING EQUIPMENT. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Arial font of not less than twelve (12) font. The deadline for response to this request is no later than 4:00 pm (EST) on 28 FEB 2019. All responses under this Sources Sought Notice must be e-mailed to Cory Cornell (Contract Specialist) at cory.l.cornell.civ@mail.mil and John Quarles (Contracting Officer) at john.r.quarles.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF). This documentation should address at a minimum the following items: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, provide details. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? 5. Please note that under a Small-Business Set-Aside, in accordance with FAR clause 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS draft for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, DUNS Number, etc. 7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 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. No phone calls will be accepted. All questions must be submitted to the persons identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »