IGNITABLE LIQUID DRAINAGE FLOOR ASSEMBLY AT NAF ATUSGI, JAPAN (Соединенные Штаты Америки - Тендер #44756010) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE NAVY Номер конкурса: 44756010 Дата публикации: 09-08-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract.
An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a) (12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. The U.S. Government will not offer “United States Official Contractor” status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this sources sought; nor will the U.S. Government certify any employees of a contractor as “Members of the Civilian Component” under Article I(b) of the SOFA.
NAVFAC FE PWD Atsugi is seeking information from manufacturers or qualified vendors of ignitable liquid drainage floor assemblies for use in aircraft hangar facilities to mitigate fuels spills, controlling spill size and minimize the size and severity of ignited spills, transport ignited and unignited liquids away from incident and adjacent aircraft and ultimately outside the hangar.
The NAICS code for this proposed procurement is:
236210 - Industrial Building Construction
334290 – Fire Detection and Alarm Systems, Manufacturing
237110 – Water and Sewer line and Related Structures Construction
238290 – Other Building Equipment Contractors, 238330 – Flooring Contractors, 238990 – All Other Specialty Contractors
561621 – Burglar alarm monitoring services
922160 – Fire Protection
331318 – Other Aluminum Rolling, Drawing, and Extruding
541990 - All Other Professional, Scientific, and Technical Services
DESCRIPTION OF WORK
The Contractor shall provide the following services:
Interested manufacturers in particular, or alternately, qualified vendors, should identify one or more ignitable liquid drainage floor assemblies detailed in Attachment 1**. Criteria For Aircraft Hangars Ignitable Liquid Drainage Floor Assemblies to this RFI, , and be willing to supply documentation detailed in Attachment 2**., Ignitable Liquid Drainage Floor Assemblies Performance, Data, And Sample Requirements.
The ability to provide case histories of success in industry eliminating false or undesirable detection is highly desirable. Manufacturers or vendors are also encouraged, if possible, to identify future concepts that they have demonstrated either independently or as a member of a government-contractor team.
**Attachments 1 & 2 provided are drafts to be used for planning.
Ignitable liquid drainage floor assemblies as discussed in this RFI should conform, as a minimum, with DoD Technology Readiness Level 8 [and Interim Technical Guidance FY 2023-02 – Navy and Marine Corps Facilities with Aqueous Film Forming Foam (AFFF) Fire Suppression Systems]. Technology Readiness Level 8 requires “actual system completed and qualified through test and demonstration.” Information sought includes specific information on detector type for military aircraft fuel options, recommended placement and mounting method. Detectors must be listed under FM Approvals Standard Class Number 6090 Ignitable Liquid Drainage Floor Assemblies.
Interested vendors are asked to provide a list of all future concept development efforts, the sponsoring agency and point of contact (if available), period of performance, and concept outcomes. Emphasis should be placed on concept development within the past five (5) years.
Interested vendors should provide a brief description of their corporate facilities for holding meetings and conducting virtual working group meetings. They should also describe their capabilities to present future concepts and conduct meetings.
Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website:
https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs.
Statement of Capabilities Submittal Requirements: Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy’s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm’s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract.
List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer’s name, current telephone number; d) Contracting Officer’s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work. I) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED.
The SOC must be complete and sufficiently detailed to allow for a determination of the firm’s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments).
Responses are due on 06 September 2023, by 10:00 AM Japan Standard Time (JST). The package shall be sent either by delivery mail service (Takuhaibin who has a gate access pass to Naval Air Facility Atsugi) to the following address: Naval Facilities Engineering Command, Far East, ACQ, (ATTN: Mr. Chito Bong F. Carabeo) PSC 477, Box 15, FPO AP 96306-1215, BLDG 89, 1st Floor or electronically to chitobong.f.carabeo.civ@us.navy.mil. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Chito Bong F. Carabeo either by e-mail chitobong.f.carabeo.civ@us.navy.mil or by telephone 0647-63-3143.