SOURCES SOUGHT
99 -- Halon Fire Extinguishers Inspection and Repairs
- Notice Date
- 5/12/2021 5:00:58 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
- ZIP Code
- 01022-1508
- Solicitation Number
- F5N2CC210511AW01
- Response Due
- 5/21/2021 11:00:00 AM
- Archive Date
- 06/05/2021
- Point of Contact
- Kimberly S. McGee, Phone: 4135573835, Robert Stacy, Phone: 4135572134
- E-Mail Address
-
kimberly.mcgee.2@us.af.mil, robert.stacy.2@us.af.mil
(kimberly.mcgee.2@us.af.mil, robert.stacy.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THERE IS NO SOLICITATION AT THIS TIME.� FUNDS ARE NOT PRESENTLY AVAILABLE. �THIS 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.� This is a request for information ONLY and any information provided is voluntary.� Telephone inquiries will not be accepted.�� All interested parties must respond to the solicitation announcement separately from the response to this notice and are responsible for monitoring Beta.Sam.gov website for the posting of any solicitation or subsequent updates. The 439th Contracting Flight located at Westover Air Reserve Base (WARB), Chicopee, Massachusetts is seeking capabilities packages of potential sources to complete inspection on 48 Halon extinguishers 150 lb each and and procure any repair parts or material needed to repair and bring the fire bottles back into compliance.� This sources sought is for planning purposes only. The Service Provider (SP) shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services to perform the Time Compliance Technical Order (TCTO) on 150 pound halon wheeled fire extinguishers provided by 439th Aircraft Maintenance Squadron, Sortie Support Flight.� The SP will complete required inspection of the siphon tube and discharge valve on the 150 pound wheeled fire extinguishers per TCTO 13F4-4-501.� This inspection will be identical to, and completed as, a 6-year �Complete Maintenance� procedure. �REPAIR and SCHEDULE: Once the inspection is complete, the SP will be responsible for procuring any repair parts or material needed to bring the fire bottles back into compliance with Air Force and National Fire Protection Association (NFPA) code and standards.� The required repairs must be completed by NLT 30 July 2021 and the bottles returned to Westover Air Reserve Base.� Any delays in repairs due to lack of parts or other time constraints must be conveyed to the POC at 439 AMXS within (2) working days to allow time of proper reporting of situation. The SP shall coordinate with the 439 AMXS Support Shop to schedule and complete the required inspection and repairs as soon as possible, starting immediately.� Inspection of the fire bottles will be accomplished first, then repairs.� The final repairs must be completed prior to 30 July 2021.� All work will be coordinated as to minimize the mission impact during this maintenance period. Upon completion of the inspection or repair work within a facility, the SP shall have the POC from AMXS sign a copy of each Service Order/Work Request and the signed copy shall be uploaded to WAWF with the invoice for payment. A Comprehensive Diagnostic Report (CDR) will be provided to the POC at 439 AMXS/MXAS within 10 days of completion of the inspection.� This report will have the number of deficiencies found, which bottles are affected, and the corrective action plan to complete the required repairs. The Performance Work Statement will be provided when the solicitation is posted.� SPECIAL REQUIREMENTS: Our intent is to award this project as a 100% Small Business Set Aside.� This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in this requirement.� Based upon the responses to this announcement, the Government may set aside this acquisition as a specific small business set aside.� Contract type will be Firm-Fixed Price.� The anticipated performance base period is June 15, 2021 to 30 July 2021.� The NAICS Code assigned to this acquisition is 811310 �Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance� with a small business size standard of $8,000,000.00 in sales. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. All interested contractors are asked to submit a written response.� Please e-mail your response by 2pm EST 21 May 2021 advising if the requirements stated above can be met to the following addresses: Kimberly.McGee.2@us.af.mil and Robert.Stacy.2@us.af.mil. THE FOLLOWING INFORMATION SHOULD BE INLCUDED IN RESPONSE: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone, 8(a), SDVOSB, WOSB etc.), and a point of contact; (b) Evidence of your experience performing work similar in type and scope of work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and point of contacts with telephone numbers. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All contractors must be registered in System for Award Management (SAM) system-- https://www.sam.gov/SAM/--at the time of submission in order to be eligible for an award. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/74ca5219f97c422c8ff5fd9dbc49fe76/view)
- Place of Performance
- Address: Chicopee, MA 01022, USA
- Zip Code: 01022
- Country: USA
- Zip Code: 01022
- Record
- SN06000323-F 20210514/210512230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |