OCAR Fire Protection Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Mar 11, 2022 01:35 pm CST
- Original Published Date: Mar 11, 2022 01:31 pm CST
- Updated Response Date: Apr 01, 2022 02:00 am CDT
- Original Response Date: Apr 01, 2022 02:00 am CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: Huntsville , AL 35806USA
Description
The purpose of this contract is to provide each Army Reserve Regional Support Command with fire protection and health life and safety assessments of facilities and buildings across CONUS. The contractor will be responsible for supporting and maintaining a fire and safety program in support of Army Reserve; for the locations assigned the contractor will be required to review design submittals, guidance documents and other documentation to assess compliance of those documents with current fire and life health and safety codes. Upon the request of the Government to travel to a site location, the contractor will engage in on-site assessments of buildings and facilities in order to assess those buildings for compliance with fire protection and health, life and safety codes. In the event a code compliance issue with a current building or facility is identified, the contractor will identify a means of mitigating and/or resolving that code compliance issue. An initial report detailing the code compliance issue(s) identified via an on-site assessment, the level of severity of the code compliance issue, and an assessment of mitigation measures will be provided to the Government within 24 hours of departure from the site location. A more detailed assessment will be provided to the Government within 14 (fourteen) calendar days after departure from the site location. The purpose of this task order is to reduce health, life and safety risk of occupied buildings.
This is a non-personal services contract to provide technical fire services support at various facilities in support of four Regional Support Commands (RSC). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Contractor personnel will be certified according to DoDM 6055.06, DoD Fire and Emergency Services Certification program. Jan 2, 2020, reference qualifications and certifications for fire inspectors. Pertinent code references include AR 385-10 Fire Protection, DoDI 6055.06, https://safety.army.mil/ON-DUTY/Workplace/Fire-Protection-Life-Safety-Code and other Government code and regulations requirements
The Government anticipates awarding a firm-fixed price contract that has one base year with four (4) option years. Prior Government contract experience is not required for submitting a response under this sources sought notice or for submitting a proposal under the planned solicitation.
The purpose of this contract is to provide each Army Reserve Regional Support Command with fire protection and health life and safety assessments of facilities and buildings across CONUS. The contractor will be responsible for supporting and maintaining a fire and safety program in support of Army Reserve; for the locations assigned the contractor will be required to review design submittals, guidance documents and other documentation to assess compliance of those documents with current fire and life health and safety codes. Upon the request of the Government to travel to a site location, the contractor will engage in on-site assessments of buildings and facilities in order to assess those buildings for compliance with fire protection and health, life and safety codes. In the event a code compliance issue with a current building or facility is identified, the contractor will identify a means of mitigating and/or resolving that code compliance issue. An initial report detailing the code compliance issue(s) identified via an on-site assessment, the level of severity of the code compliance issue, and an assessment of mitigation measures will be provided to the Government within 24 hours of departure from the site location. A more detailed assessment will be provided to the Government within 14 (fourteen) calendar days after departure from the site location. The purpose of this task order is to reduce health, life and safety risk of occupied buildings.
This is a non-personal services contract to provide technical fire services support at various facilities in support of four Regional Support Commands (RSC). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Contractor personnel will be certified according to DoDM 6055.06, DoD Fire and Emergency Services Certification program. Jan 2, 2020, reference qualifications and certifications for fire inspectors. Pertinent code references include AR 385-10 Fire Protection, DoDI 6055.06, https://safety.army.mil/ON-DUTY/Workplace/Fire-Protection-Life-Safety-Code and other Government code and regulations requirements
The Government anticipates awarding a firm-fixed price contract that has one base year with four (4) option years. Prior Government contract experience is not required for submitting a response under this sources sought notice or for submitting a proposal under the planned solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 300 SECURE GATEWAY KO CONTRACTING DIVISION
- REDSTONE ARSENAL , AL 35898-0000
- USA
Primary Point of Contact
- Jason P. Underwood
- jason.p.underwood@usace.army.mil
- Phone Number 2568951210
Secondary Point of Contact
- Lisa Snead
- Lisa.L.Snead@usace.army.mil
- Phone Number 2568955236
History
- Apr 16, 2022 10:55 pm CDTSources Sought (Updated)
- Mar 11, 2022 01:35 pm CSTSources Sought (Updated)
- Mar 11, 2022 01:31 pm CSTSources Sought (Original)