Skip to main content

An official website of the United States government

You have 2 new alerts

testing and maintenance of purple K Fire Extinguisher Hydro Static

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)
  • Original Published Date: Mar 21, 2022 01:02 pm CDT
  • Original Response Date: Mar 24, 2022 12:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Fort Hood , TX 76544
    USA

Description

THIS IS A Sources Sought Notice SOURCES SOUGHT SYNOPSIS

ONLY. The U.S. Government currently intends to award a contract for Flight Line Fire Extinguisher Servicing  on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source Firm Fix Price contract to Safety control LLC, to pick up sixty-eight (68) purple K, fire extinguisher and performed servicing and hydrostatic testing to DOT specification return all sixty-eight (68) to customer. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Service Will Satisfy Agency Requirements. 

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code is:  811310  Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $8.0 million. 

In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily  restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe  that  this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.

Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code,  identify business size large business or a small business, and  if applicable, a statement regarding small business status (including small business  types/certifications such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) And the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures  or teaming arrangement that  will be pursued, if any.

4. Information in sufficient detail regarding previous experience indicate whether as a prime contractor or subcontractor on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties,  etc.

6.  Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Contact Information

Contracting Office Address

  • 36000 DARNALL LOOP
  • FORT CAVAZOS , TX 76544-0000
  • USA

Primary Point of Contact

Secondary Point of Contact





History