Skip to main content

An official website of the United States government

You have 2 new alerts

Self -Contained Breathing Apparatus (SCBA) Preventative and Corrective Maintenance

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 (Updated)
  • Updated Published Date: Jan 06, 2023 03:36 pm PST
  • Original Published Date: Dec 30, 2022 12:55 pm PST
  • Updated Response Date: Jan 12, 2023 12:00 pm PST
  • Original Response Date: Jan 06, 2023 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    CA
    USA

Description

FOR PREVENTIVE & CORRECTIVE MAINTENANCE OF ALLSCBA UNITS, RIT PAKS, SKA/SAR PAKS, AIR MASKS, AIRLINE HOSES & AIR CARTS TO INCLUDE ANNUAL CERTIFICATION FOR SCBA BREATHING AIR BOTTLES/CYLINDERS WITHIN NAVY REGION SOUTHWEST

1. NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) are encouraged to respond.  Determination by the Government on the method of competition for this requirement has not been established. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.  Any information submitted by respondents to this notice is strictly voluntary.  The Government will not award any contract based on the information received from this Sources Sought Notice.  NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/ process.

2. In order for the Government to make a determination, it is emphasized that contractors provide sufficient written information to indicate their capacity and capability to successfully meet the requirement.  If interested, provide the following information:

  • Business size category
  • DUNS number and CAGE code;
  • Contract Numbers (GSA, Seaport, etc…)
  • Demonstrate your company's ability and capacity to provide required items/ services; and include any past performance information on Government contracts of similar nature, size, scope and complexity.
  • Answer questions provided on separate sheet

3. All interested parties should provide a Statement of Capability (no more than 10 pages).  Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice.  Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature.

4. The proposed North American Industry Classification Systems (NAICS) Code is 339113 which has a corresponding Size standard of 750 employees.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all business sizes, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and SBA certified Women-Owned small business concerns.  The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 

5. This position requires working for Navy Region Southwest (NRSW) performing  Preventative (PM) and Corrective Maintenance (CM) for Fire & Emergency Services (F&ES) SCBA Units, Breathing Air bottles/cylinders, RIT Packs, SKA/SAR Packs, Airline Hoses, Face Masks and Air Carts to keep them within NFPA, manufacturer and government specifications as defined in this Performance Work Statement.  PM will include annual certification of all SCBA Breathing Air Bottles/Cylinders. The contractor shall perform to the standards in this contract. Services for NRSW Southern California Locations.

6. Responses are due no later than 06 JAN 2023 date to Jheanna Poblete, Contract Specialist, via email or Seaport platform  Use “SOURCES SOUGHT NOTICE_ SCBA PMCM Services” in the subject line.

Contact Information

Contracting Office Address

  • 3985 CUMMINGS ROAD BLDG 116
  • SAN DIEGO , CA 92136
  • USA

Primary Point of Contact

Secondary Point of Contact





History