Description
FY27 437 MXG INSPECTION, TESTING, AND MAINTENANCE OF FIRE EXTINGUISHERS AND FIRE EXTINGUISHING SYSTEMS. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is A061494 and shall be used to reference any written responses to this source sought. Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541990. The size standard for NAICS is $19,500,000. The requirement is to provide 437 Maintenance Group (MXG) with service to provide all tools, supplies, equipment and labor necessary to inventory, inspect, service, certify, maintain, test and manage all of the 437 MXG flight line, aircraft, building and vehicle fire extinguishers and certain fire systems located on Joint Base Charleston. PWS is attached. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate betw…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)