Search Contract Opportunities

Annual Fire Suppression Systems Maintenance

ID: 19AQMM-22-R-0206 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 9, 2022, 5:58 p.m. EDT

This is a synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

The Department of State requires the maintenance of fire alarm, automatic sprinkler, water tanks, and fire pump systems as required by the codes and standards outlined at National Fire Protection Association (NFPA) 25. The contract performance will take place worldwide, including at U.S. Embassies and other U.S. Missions overseas. Services to be rendered by the contractor are limited to maintenance tasks and shall include any minor repairs not extending inspection schedule.

The contractor will be required to provide personnel with the necessary skills, knowledge, and experience to provide all maintenance services necessary in support of the following objectives:

(1) Fully service and maintain all automatic sprinkler systems and components including fire pumps, automatic sprinkler systems, and water tanks at Posts and/or associated buildings;

(2) Restore full monitoring of fire sprinkler function sat the fire detection/alarm panel, as required; and

(3) Ensure the serviced fire sprinkler system is operating in accordance with National Fire Protection Association (NFPA) 13, 25, and 72, in addition to the original design intent at installation.

It is anticipated that the Department of State will award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, under which task orders will be issued for individual requirements. Depending on the specific requirements of each fire suppression system to be maintained, task orders will be issued on a firm fixed-price, time-and-materials, or labor hour basis.

The multiple IDIQ type contracts shall be for a period of one (1) year, with a provision to exercise options for four (4) additional one year periods-not to exceed a total of five (5) years. Multiple awards will be made to each awardee being guaranteed a minimum of $25,000 for the entire contract period of performance and shall not be considered the minimum amount for each year should any option years be exercised. The overall ceiling price for the multiple award IDIQ type contracts is $10,000,000. The maximum aggregrate dollar value of all task orders awarded under the IDIQ type contracts during the base year and option years exercised cannot exceed this ceiling. This ceiling is not being subdivided equally amongst the number of awardees, nor is it being multipled by the number of awardees.

Specific maintenance tasks to be performed by the contractor will be detailed in, and solicited by, the individual task order requests for proposals (TORPs). The TORPs will not be posted on the Federal Business Opportunities website (www.fbo.gov).

The solicitation for the multiple IDIQ type contracts is No. 19AQMM-21-R-0158 and will be issued as a Request for Proposal (RFP).

This requirement is a total small business set aside . The NAICS code applicable to this procurement is 561210, Facilities Support Services. The small business size standard is $41.5M.

In order to be eligible to perform under this contract, successful Offerors must possess or be able to obtain a Defense Security Service (DSS) Secret or Top Secret Facility Clearance (FCL), with Secret safeguarding authorization, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. All entities comprising a joint venture must possess or be able to obtain an FCL, as well as the joint venture. Personnel requiring access to classified information or Controlled Access Areas (CAAs) must possess a Secret or Top Secret personnel security clearance issued by DSS.

If a selected offeror does not possess the necessary FCL, the Department will sponsor the firm for a Secret clearance. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months, from selection of the final offeror, will be allowed for the offeror to obtain the necessary Secret FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm. Contracts may not be awarded until selected firms receive an FCL.

The Department of State intends to award at least one contract to a firm already possessing a Secret or Top Secret FCL. The Government will not delay award of contracts to selected firms already in possession of Secret or Top Secret FCLs. Firms who possess Secret FCLs may sponsored for an upgrade to Top Secret after contract award.

The Request for Solicitation and its attached documents will be posted under Solicitation Number, 19AQMM-22-R-0206, on or around May 24, 2022. No paper copies will be mailed. Proposal submissions will be due no later than 12:00 PM, EST on June 24, 2022.

Questions (Q&A) period opens with the posting of the solicitation. Questions should be e-mailed toYoungJD@state.gov. Questions should be received no later than 3:00 PM, EST on May 7, 2022.

Posted: July 19, 2022, 8:30 p.m. EDT
Posted: May 10, 2022, 12:33 p.m. EDT
Posted: May 6, 2022, 7:03 p.m. EDT

Overview

Response Deadline
Aug. 23, 2022, 12:00 p.m. EDT (original: June 24, 2022, 12:00 p.m. EDT) Past Due
Posted
May 6, 2022, 7:03 p.m. EDT (updated: Aug. 9, 2022, 5:58 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price; Time And Materials;
Signs of Shaping
54% of obligations for similar contracts within the DOS Office of Acquisition Management were awarded full & open.
On 5/6/22 DOS Office of Acquisition Management issued Synopsis Solicitation 19AQMM-22-R-0206 for Annual Fire Suppression Systems Maintenance due 8/23/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC J012.
Primary Contact
Name
Joy Young   Profile
Phone
(703) 875-5191

Secondary Contact

Name
Blondell Taylor   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 19AQMM-22-R-0206

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 19AQMM-22-R-0206

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 19AQMM-22-R-0206

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 19AQMM-22-R-0206

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
FPDS Organization Code
1900-AQMMA
Source Organization Code
500026360
Last Updated
Dec. 31, 2023
Last Updated By
youngjd@state.gov
Archive Date
Dec. 31, 2023