Sources Sought Notice – Z– JOB ORDER CONTRACT (JOC) PRE-PRICED LINE ITEMS, FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR VARIOUS FIRE PROTECTION MINOR CONSTRUCTION, RENOVATION, REVIALIZATION, ALTERATION, AND REPAIR
Sources Sought Notice - Z-- JOB ORDER CONTRACT (JOC) PRE-PRICED LINE ITEMS, FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR VARIOUS FIRE PROTECTION MINOR CONSTRUCTION, RENOVATION, REVIALIZATION, ALTERATION, AND REPAIR
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: Z-- JOB ORDER CONTRACT (JOC) PRE-PRICED LINE ITEMS, FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR VARIOUS FIRE PROTECTION MINOR CONSTRUCTION, RENOVATION, REVIALIZATION, ALTERATION, AND REPAIR
Classification Code: Z - Maintenance, repair, and alteration of real property
Solicitation Number: N6247315R1008
Contact: [email protected][email protected] 619-524-8541 mailto:[email protected] [FEAD POINT LOMA POC]
Setaside: N/AN/A
Place of Performance (address): 4635 PACIFIC HIGHWAY,
Place of Performance (zipcode): 92110
Place of Performance Country: US
Description:
Naval Facilities Engineering Command
NAVFAC SOUTHWEST, POINT LOMA FEAD/CODE ROPML
THIS IS A SOURCES SOUGHT NOTICE FOR A JOB ORDER CONTRACT (JOC) PRE-PRICED LINE ITEMS, FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR VARIOUS FIRE PROTECTION MINOR CONSTRUCTION, RENOVATION, REVIALIZATION, ALTERATION, AND REPAIR OF VARIOUS LOCATIONS AT THE NAVAL BASE POINT LOMA AREA AND ALL OF THE AREAS UNDER ITS COGNIZANCE.
This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a corresponding small business size standard of
FEAD Point Loma is seeking a response from interested firms that qualify as a
It is anticipated that the contract performance period will include one (1) year basic period, and four (4) one-year option periods.
The planned maximum ordering capacity is not-to-exceed
Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5.
The minimum amounts, as specified in FAR subpart 28.306 are as follows: Workers Compensation and Employer--'s Liability (
SCOPE OF WORK: The work to be acquired under this contract is for new minor construction, repair, alteration, and renovation within the NAICS code listed for fire protection system construction projects. Types of fire protection system construction projects may include, but not limited to, the new installation, addition, alterations, and repair of: fire sprinkler systems (wet-pipe, dry-pipe, pre-action, high speed deluge and ultra high speed deluge); fire protection system water supply storage and distribution systems (fire pumps, tanks, fire hydrants, standpipes, and underground water mains); low and high expansion aqueous fire fighting foam (AFFF) systems; and water spray and water mist systems.
Types of fire alarm system projects may include, but not limited to, the following systems: building evacuation systems, mass notification systems, fire detection systems, fire reporting systems and building emergency controls and interfaces. Associated components and systems that may also be included in the fire protection system construction projects for this JOC may include: incidental special hazard systems such as gaseous systems (carbon dioxide and clean agents), kitchen fire suppressions systems and dry chemical systems.
Responses to Sources Sought:
INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN
(PST),
[email protected], [email protected], [email protected]
Submission packet will include the following:
1. Copy of most recent Capability Statement (including DUNS number, NAICS codes and Small Business categories) detailing work performed in the last five (5) years to include projects that demonstrate recent Prime Contractor or indicate work performed as a subcontractor or teaming partner for projects you deem best represent your firm--'s capabilities.
2. Market Research Questionnaire. Market Research Questionnaire shall not exceed five (5) pages. This includes pages 1 of the Market Research, 1 copy of page 2 and 3 for each of the two (2) projects requested in the Market Research Questionnaire.
Please Submit as One (1) file in .pdf format.
Subject line of the email shall appear as follows:
FEAD Point Loma Fire Protection JOC -- Sources Sought Response
This is not a solicitation announcement.
This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within FEAD Point Loma, to facilitate the decision making process and will not be disclosed outside of the organization. This does not constitute a request for proposal, request for quote or an invitation for bid. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation.
At this time, a solicitation DOES NOT exist.
Link/URL: https://www.fbo.gov/spg/DON/NAVFAC/N68711A5/N6247315R1008/listing.html
Combine Solicitation – V– Charter Bus Services – Transportation Procurement
Mounting Insurance Claims Are Remnants Of A Savage Winter
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News