DESCRIPTION OF SERVICE:
The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform Fire Protection/Emergency Services, Rescue Operations, and Emergency Management Services for Cavalier Air Force Station on a 24-hour 7 days a week basis. The service provider is expected to perform all duties and tasks associated with fire protection. The service provider's staff shall be fully trained and certified IAW DoDI 6055.06-M. The service provider will also be responsible to provide hazardous material spill response capability through defensive operations, fire protection and investigation for Department of Defense (DOD) interests in the local area when needed, and maintain mutual aid support agreements in accordance with (IAW) Air Force Instructions (AFI). Comply with most current versions of DOD, AF, and Air Force Space Command (AFSPC) directives, instructions, regulations, and or supplements, also all applicable state, local, and National Fire Codes published by the National Fire Protection Association (NFPA) to include Technical Implementation Guides (TIGs) and the Fire Emergency Services Assessment Plan (FESAP) most current edition. The service provider shall ensure quality work performance IAW applicable standards and guidelines. The service provider shall provide all staff uniforms and ensure they are maintained in a clean and professional manner. Additionally, the service provider is expected to be a partner with the base and local communities in order to improve the quality of Fire Protection programs and services offered to customers
Work to be performed will be within the North American Industry Classification System (NAICS) Code 561990 All Other Support Services and the small business standard of $11.0M.
If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to SSgt Justin Baker and Mrs. Queen McCartney via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Bldg 478, Grand Forks AFB, ND, 58205 fax to (701) 747-4215, or email to [email protected] and [email protected], not later than 10:00 AM CDT, 21 January 2015. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5285 or (701)747-5287 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
Request interested firms respond to this notice and include the following in their Capability Statement:
(a) Firm's INFORMATION [name, address, phone number, CAGE Code];
(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor];
(b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.];
(d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with a primary focus on firm-fixed type contracts that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];
(e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project.
(g) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (no subcontracted) labor.
Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages.
The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website.
This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.