Search Contract Opportunities

Fire Alarm/Suppression Inspection, Maintenance, and Testing   2

ID: FA875122R0003 • Type: Sources Sought • Match:  90%
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
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Capable sources are sought to provide services necessary to perform inspection, testing, and maintenance (ITM) and repairs for the Fire Alarm, Mass Notification System, & Fire Suppression Systems. The work to be covered under this acquisition consists of furnishing all personnel, labor, equipment, tools, materials, instruments, meters, gauges, test equipment, transportation, supervision, and other necessary items.

Services are required at the Air Force Research Laboratory, Information Directorate (AFRL/RI), Rome, NY, the Newport Research Site, Newport, NY, the Stockbridge Research Site, Oneida, NY, and the Defense Finance and Accounting Services (DFAS), Rome, NY. The anticipated period of performance is 01 January 2022- 31 December 2022 plus four (4) option years. If all options are exercised, performance would conclude 31 December 2027.

This acquisition includes, but is not limited to, these principal features:

A. Inspection
B. Testing
C. Maintenance
D. Repair Services
E. Equipment and Parts

The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. The attached performance work statement is not necessarily indicative of the final contract documents.

The applicable NAICS code is 238220 with an associated small business size standard of $16.5M average annual revenue.
Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a full and open basis.

If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 50% of the cost of the contract, not including the cost of materials, with its own employees.

All interested 8(a), HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. In order to be considered, responses must include the following:

1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor.
2. Evidence of successful completion within the past five (5) years as a prime contractor of at least two (2) projects similar in magnitude and scope to the work described in this notice.
3. Past performance information for work cited above to include:

(a) Project description detailing the size, scope, complexity, phasing plan, planned and actual budget, planned and actual schedule, schedule control, coordination, and prime contractor's experience in delivering the completed projects satisfactorily to the end users.

(b) Description of methods employed to successfully work within the fixed schedule and prescribed budget.

(c) Contract numbers, project titles, dollar amounts, points of contact, and contact information.

(d) Description and quantification of work performed by subcontractors.

4. With regard to this acquisition, a narrative statement describing the intended responsibilities of the prime contractor and subcontractor(s), what work elements each would accomplish, and how the prime contractor would fulfill the requirement to perform at least 50% of the work (not including the cost of materials) with its own employees.
5. Description of Safety and Quality Control methodologies not to exceed 2 pages each.
6. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov)

NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered NOT INTERESTED' in this requirement.

Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Leena Budhu, Contract Specialist (leenawattie.budhu.1@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil ) and Small Business Specialist Michael Graniero (Michael.Graniero@us.af.mil). Responses must be sent by email.
All information must be received before 3:00 PM (EST) 17 November 2021 to be considered.

Technical questions may be referred to Leena Budhu or John Haberer at the email addresses indicated above.

Small Business program questions may be referred to Michael Graniero, email Michael.Graniero@us.af.mil

If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil).

This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.

Overview

Response Deadline
Nov. 17, 2021, 3:00 p.m. EST Past Due
Posted
Nov. 2, 2021, 1:21 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
22%
Signs of Shaping
85% of similar contracts within the Department of the Air Force had a set-aside.
On 11/2/21 Air Force Research Laboratory issued Sources Sought FA875122R0003 for Fire Alarm/Suppression Inspection, Maintenance, and Testing due 11/17/21. The opportunity was issued full & open with NAICS 238220 and PSC H342.
Primary Contact
Name
Leena Budhu   Profile
Phone
None

Documents

Posted documents for Sources Sought FA875122R0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought FA875122R0003

Contract Awards

Prime contracts awarded through Sources Sought FA875122R0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA875122R0003

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA875122R0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8751 AFRL RIKO
FPDS Organization Code
5700-FA8751
Source Organization Code
100512674
Last Updated
Nov. 2, 2021
Last Updated By
john.haberer@us.af.mil
Archive Date
Dec. 2, 2021