Fire Protection Services Beaufort, SC

Agency: DEPT OF DEFENSE
State: South Carolina
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159244034286507
Posted Date: Oct 13, 2022
Due Date:
Solicitation No: N4008522R2695
Source: Members Only
Follow
Fire Protection Services Beaufort, SC
Active
Contract Opportunity
Notice ID
N4008522R2695
Related Notice
N4008522R2695
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 13, 2022 03:17 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Beaufort , SC
    USA
Description

This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services to provide Fire Protection Services at various locations in Beaufort, South Carolina.

The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide Fire Protection Services at Marine Corps Recruit Depot Parris Island (MCRD), Naval Hospital Beaufort (NHB) and support clinics, Naval Support Facility Beaufort (NSFB), Marine Corps Air Station Beaufort (MCAS) and outlying areas supported by these installation.



The work includes:



Facility Investment Services





The Contractor shall maintain and repair Fire Protection systems and equipment to ensure they are fully functional and in normal working condition; develop and implement an IMP program for Fire Protection Systems to ensure they are safe, fully functional, and operational; perform integrated maintenance and repair on fire protection systems to ensure proper operation, minimize breakdowns, and maximize useful life; provide IMP for all Fire Alarm system to ensure proper operation at all times, to minimize breakdowns and to maximize useful life; exercise fire loop control valves annually. Perform test on all valve tamper switches and water-flow devices at quarterly intervals; ensure all personnel responsible for all Fire Protection Systems and equipment have the necessary training and certification to provide inspection, testing, and certification services; prepare, inspect, and test fire alarm systems, fire doors, fire suppression, backflow prevention devices; valve tamper switches and water-flow devices; and test fire extinguishers. Also, flow test the high pressure fire loop.





The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method.





In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.





The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance.





NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.





Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.





Size: A fire protection system maintenance and repair service contract with a yearly value of at least $600,000 for recurring services. Non-recurring values for infrequent work will not be considered similar in size.





Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment to perform facility investment services to include: fire protection services.





Complexity: Demonstrate the ability to provide qualified personnel, technical knowledge, experience and skills required to efficiently provide fire protection services. In addition, demonstrate the ability to manage competing priorities in order to support customer demands.



Offers shall be submitted for the performance of work for a period of one-year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, and one 6-month extension, which, cumulatively, will not exceed sixty-six (66) months.

The proposed procurement will be issued as a NAVFACSYSCOM Mid-Atlantic Electronic Facilities Support contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is NAICS Code is 561621, size standard $22 million.

The proposed procurement will be solicited as a Total Small Business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website on or about 28 October 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Phylysha Cherry (phylysha.cherry@navy.mil) 10 days prior to the RFP due date.

The site address is https://sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.





All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.




Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Feb 14, 2023[Presolicitation (Updated)] Fire Protection Services Beaufort, SC
Feb 27, 2023[Presolicitation (Updated)] Fire Protection Services Beaufort, SC
Feb 27, 2023[Solicitation (Original)] Fire Protection Services Beaufort, SC
Mar 1, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC
Mar 6, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC
Mar 20, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC
Mar 22, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC
Mar 27, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC
Mar 31, 2023[Solicitation (Updated)] Fire Protection Services Beaufort, SC

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 >