Virginia Bids > Bid Detail

H312--FY24: Fire Extinguisher Inspection, Testing, and Maintenance

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159325601199399
Posted Date: Feb 9, 2024
Due Date: Feb 16, 2024
Source: https://sam.gov/opp/f4287639be...
Follow
H312--FY24: Fire Extinguisher Inspection, Testing, and Maintenance
Active
Contract Opportunity
Notice ID
36C24824Q0558
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 08, 2024 09:57 am EST
  • Original Response Date: Feb 16, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H312 - INSPECTION- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Orlando VA Medical Center Orlando , 32827
Description

Sources Sought Notice

Page 4 of 4

The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) is issuing this synopsis as a means of conducting market research to identify parties having an interest in and the capability to provide Inspection, Hydrostatic Testing, and Maintenance of portable fire extinguishers at various Orlando VA Healthcare System (OVAHCS) facilities. There are approximately 1000 total units.

a. The Contractor shall provide all labor, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement. The contractor shall provide the necessary services and parts to perform hydrotesting, 6-year maintenance and subsequent recharging of fire extinguishers.

b. The contractor shall meet the following minimum requirements:

i. Maintenance and testing shall be in accordance with NFPA 10 instructions and manufacturers guidelines.
ii. Develop electronic inventory spreadsheet listing all OVAHCS extinguishers as detailed in in paragraph 4.a.
iii. Type ABC extinguishers will receive 6-year maintenance and be recharged based on manufactured date stamped on cylinders.
iv. Type ABC extinguishers will be hydrostatically tested and recharged every 12 years based on manufactured date stamped on cylinders.
v. Type CO2 extinguishers will be hydrostatically tested and recharged every 5 years based on manufactured date stamped on cylinders.
vi. Type K extinguishers will be Hydrostatically tested and recharged every 5 years based on manufactured date stamped on cylinders.

The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541990 with a small business size standard is $19,500,000.00.

Responses will be considered only from those who are regularly established in the business called for and, in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. The Government is NOT seeking project management services.

If your organization has the potential capacity to perform these contract services, please provide the following information:

Organization name, address, telephone number, point of contact & email.
SAM UEI # number.
Federal Supply Schedule #, if applicable.
Socioeconomic status for NAICS: 541990 (SDVOSB, VOSB, WOSB, SB, Other, etc..).
Web site address (if applicable).

Narrative that addresses the organization s qualification and ability to perform services as a prime contractor.
List any accreditations your company holds.

If subcontracting or teaming is anticipated to deliver technical capability, organizations shall address the administrative and management structure of such arrangements in their response.

The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 11:00 AM (EST) on February 15, 2024. All responses under this Sources Sought Notice must be emailed using subject line Fire Extinguisher Inspection, Testing, and Maintenance to Stephen.Mancuso@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 09:57 am ESTSources Sought (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 >