Hawaii Bids > Bid Detail

Fire Protection Systems Maintenance and Repair Services, Red Hill/Fleet Logistics Center, Oahu, Hawaii

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159250216808321
Posted Date: Jun 27, 2023
Due Date: Jul 11, 2023
Solicitation No: N6247823R2417
Source: https://sam.gov/opp/5c9157995c...
Follow
Fire Protection Systems Maintenance and Repair Services, Red Hill/Fleet Logistics Center, Oahu, Hawaii
Active
Contract Opportunity
Notice ID
N6247823R2417
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFAC ENGINEERING COMMAND HAWAII
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jun 27, 2023 11:29 am HST
  • Original Response Date: Jul 11, 2023 10:00 am HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    JBPHH , HI
    USA
Description

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 Systems Maintenance and Repair Services, Red Hill/Fleet Logistics Center, 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



-Fire Pumps



-Exterior Radio Fire Alarm Reporting Systems



-Foam Fire Suppression Systems*



*This may or may not be included in the requirement and will be specified in any resulting solicitation.





This contract has limited construction type work (i.e., Wage Rate Requirements [Construction]) capability.





3. All inspection, testing, maintenance, repair, replacement and installation tasks for fire protection systems shall be performed by qualified personnel in accordance with UFC 3-601-02, including Appendix A, except as modified below:





Contractor personnel who only meet qualifications or licensing from a state are NOT considered qualified under this contract. Technicians must meet at least one of the other qualifications identified within UFC 3-601-02, and as further modified below.





Contractor personnel performing inspection, testing, and maintenance, (ITM) tasks shall have as a minimum, the following current and valid National Institute for Certification in Engineering Technologies (NICET) certifications:






  • Foam Extinguishing Systems (Spec Item 3.2.1.3)*: NICET Level III in Special Hazard Systems or NICET Level III in Inspection & Testing of Water-Based Systems






  • FM-200 Fire Suppression Systems (Spec 3.2.1.4): NICET Level III in Special Hazard Systems





Contractor personnel performing repair, replacement, and installation tasks shall have as a minimum, the following current and valid NICET certifications:






  • Automatic Sprinkler Systems (Spec Item 3.2.1.2): NICET Level II Water-Based Systems Layout




  • Foam Extinguishing Systems (Spec Item 3.2.1.3)*: NICET Level III in Special Hazard Systems






  • FM-200 Fire Suppression Systems (Spec Item 3.2.1.4): NICET Level III in Special Hazard Systems





Personnel who do not meet the qualifications in accordance with UFC 3-601-02 or as specified above may assist personnel who do meet the qualifications for the tasks being performed. At no time are unqualified personnel allowed to perform tasks without a qualified person physically present within the same facility where tasks are being executed.





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*, and FM-200 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 $25 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 July 11, 2023 at 10:00AM HST. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 27, 2023 11:29 am HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >