South Carolina Bids > Bid Detail

Fire Alarm and Suppression Inspection, Testing, Maintenance and Repair Services

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159368863912122
Posted Date: Feb 16, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/7209e6a6d0...
Follow
Fire Alarm and Suppression Inspection, Testing, Maintenance and Repair Services
Active
Contract Opportunity
Notice ID
FA441824Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR MOBILITY COMMAND
Office
FA4418 628 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 08:33 am EST
  • Original Date Offers Due: Mar 18, 2024 11:30 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Charleston AFB , SC 29404
    USA
Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES

FA4418-24-Q-0005



(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) subpart 13.5 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



(ii) The combined synopsis/solicitation number is FA4418-24-Q-0005 and shall be used to reference any written quote provided under this Request for Quotation (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 22 January 2024.



(iv) This acquisition is 100% set-aside for Service-Disabled Veteran Owned Small Business. The associated NAICS code is 561621 – Security Systems Services (except Locksmiths) with a size standard of $25 million.



(v) Contractors shall submit a quote in reference to the attached Performance Work Statement (PWS) and price schedule for Fire Alarm and Suppression Inspection, Testing, Maintenance (ITM), and Repair Services. A Firm Fixed Price Requirements Contract is contemplated.



(vi) The contractor shall perform inspections, testing, preventative maintenance, and as needed repairs to ensure reliable and continuous safe operation of industrial fire alarm and suppression systems for 391 facilities at Joint Base Charleston, South Carolina.



(vii) Place of Performance: Joint Base Charleston (JBC), South Carolina – JBC - Air Base, JBC - Weapons Station, Charleston Naval Shipyard, and North Auxiliary Airfield.



(viii) Period of Performance:



Base 1 Oct 2024 – 30 Sep 2025

Option I 1 Oct 2025 – 30 Sep 2026

Option II 1 Oct 2026 – 30 Sep 2027

Option III 1 Oct 2027 – 30 Sep 2028

Option IV 1 Oct 2028 – 30 Sep 2029



(ix) Site Visit Information: Prior to submission of quotes, parties interested in responding to this RFQ are highly encouraged to attend the SITE VISIT CURRENTLY SCHEDULED FOR 05 March 2024 @ 0830 EST. No other Site Visit opportunities will be available. Attendees shall be interested vendors only. Vendors interested in meeting potential offerors shall not use this site visit for these purposes. Attendees are limited to two (2) personnel per firm. Registrants shall submit company name, contact information, and name of attendees. Site Visit arrangements shall be coordinated with Stephanie Woods, Contract Specialist, (stephanie.woods.7@us.af.mil) no later than 28 February 2024 by 1600 EST. Upon registration, Vendors will receive meeting location and itinerary information for the Site Visit.



(x) Request for Information (RFI): Questions received, in writing, and subsequent answers will be posted to Sam.gov. Offerors are encouraged to submit in writing all questions and requests for clarifications no later than 1000 EST, 08 March 2024. The decision whether to respond to questions and requests for clarification made after 1000 EST, 08 March 2024 shall be at the sole discretion of the contracting officer. Failure of a prospective offeror to submit any questions will be construed to mean that the prospective offeror fully understands all requirements of the solicitation. Questions must be emailed to: stephanie.woods.7@us.af.mil and tricia.esannason@us.af.mil. If there are any issues call Stephanie Woods at (843) 963-4502.



(xi) Defense Priorities and Allocations System (DPAS) and assigned rating: N/A



(xii) Wage Determination (Service): Labor Standards (formerly Service Contract Act (SCA)) are included in this solicitation. Please see Attachment 4.



(xiii) Response to this combined synopsis/solicitation must be received via email by 18 March 2024, no later than 11:30 AM Eastern Standard Time. Quotes must be emailed electronically to stephanie.woods.7@us.af.mil. The solicitation number (FA441824Q0005), and the name of the offeror must be in the subject line. Emails with a time stamp after the solicitation has closed will be late quotes and will be processed in accordance with FAR 52.212-1(f).



Please note that .zip files are not an acceptable format for the Air Force Network and will not go through our email system.



All companies must be registered in the System for Award Management at https://www.sam.gov to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.



(xiv) For information regarding the solicitation, please contact Stephanie Woods, Contract Specialist, at stephanie.woods.7@us.af.mil // (843) 963-4502.



(xv) List of Attachments:

Attachment 1 – Bid Schedule

Attachment 2 – Past Performance Questionnaire

Attachment 3 – Provisions and Clauses

Attachment 4 – WD 2015 – 4427 Rev 25 dated 26 Dec 2023

Attachment 5 – Performance Work Statement 06FEB2024

Attachment 6 – PWS Appendix A –Inventory

Attachment 7 – PWS Appendix B – Service Call Historical Data – Weapons Station

Attachment 8 – PWS Appendix C – D-21 Historical Data

Attachment 9 – PWS Appendix D – Security Handbook &Contractor Base Security & Access

Attachment 10 – PWS Appendix E – D-21 Log


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 16, 2024 08:33 am ESTCombined Synopsis/Solicitation (Original)

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 >