Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
MODIFICATION

12 -- Installation and Supply of Fire Control Panels

Notice Date
9/12/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
Reference-Number-F14614-02-PANEL
 
Response Due
9/20/2002
 
Point of Contact
Laura Farley, Contract Specialist, Phone 316-759-3059, Fax 316-759-4507, - Cynthia Norton, Contract Administrator, Phone 316-759-6866, Fax 316-759-4507,
 
E-Mail Address
laura.farley@mcconnell.af.mil, cynthia.norton@mcconnell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this request for quote is being requested and a written solicitation will not be issued. Purchase request number F722CE22331900 is being issued as a Request for Quotation (RFQ), which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-06. This acquisition is reserved for small businesses; however, large businesses may still quote on this combined synopsis/solicitation. The associated North American Industry Classification System (NAICS) code is 421990. This requirement will be awarded as a firm fixed- price contract. All quotes must conform and be based on the requirement below... LINE ITEMS: This requirement is made up of the following line items the contractor must submit pricing information for: CLIN 0001AA (quantity:1 unit: ea) Removal of existing system and replacement of with System One. Includes removal, installation and re-certification of system; CLIN 0001AB(quantity: 1 unit: ea) Removal of existing system and replacement with System Two. Includes removal, installation and re-certification of system; CLIN 0001AC 16 hours (unit: hrs) to troubleshoot and provide detailed listing of field devices requiring repair; CLIN 0001AD (unit: hrs) Provide 4 hours training and all documents (to include sequence of events and field wiring) and manuals to CE Electrical Support personnel... Description of Work:.. 1. GENERAL:This statement of Work is for the services and materials to replace (2) SPECTRONICS fire alarm systems in building 1176, for 22 CE squadron, McConnell AFB, KS 67221... 1.1 Regular working hours for McConnell AFB are 0730 to 1630 Monday through Friday except for legal holidays and declared Wing down days. The Contractor shall have a flexible schedule in dealing with the individual government offices and may be required to work nights and/or weekends... 2. SCOPE: The contractor shall supply all equipment, manpower, and materials necessary to replace the Administration section fire alarm panel (System One) and the fire suppression/alarm panel at the North Bay (System Two) in building 1176... 2.1 THE CONTRACTOR SHALL SUPPLY THE FOLLOWING:.. Quantity of 1 Notifier 5000 basic panel (System One) to include: A. five (5) class A initiating zone relays for existing sprinkler systems; B. three (3) class A initiating zone relays for existing pull stations; C. one (1) class A initiating zone relay for existing smoke detectors; D. four (4) class A indicating zone relays for existing bell circuits; E. two (2) class B initiating zone relays for interface of both suppression systems; F. seven (7) auxiliary relays to tie in to a Monaco BT2-4.... Quantity of 1 Notifier 5000 basic panel(System Two)to include: A. eight (8) interface relays for eight existing Armtec UV/IR detectors B. three (3) class A initiating zone relays for existing heat detectors; C. three (3) class B charging circuit relays for existing pre-action sprinkler systems; D. three (3) class B initiating zone relays for existing pre-action sprinkler systems; E. four (4) class B indicating circuits for two horn and two strobe circuits; F. three (3) class B initiating zone relays for existing monitor nozzles (foam cannons); G. three (3) class B release modules for existing monitor nozzles (foam cannons); H. four (4) auxiliary relays to tie in to a Monaco BT2-4.... 2.2 Any material used and/or end product delivered under this requirement must be Y2K compliant such that it accurately processes date/time data, including but not limited to calculating, comparing and sequencing from, into and between the years 1999, 2000 and beyond, inclusive of leap year calculations... 3. WORK: Remove two existing SPECTRONICS systems and replace them with 2 NOTIFIER 5000 system panels. The contractor is responsible for the removal of all materials of existing fire panel, and disposing of all materials from McConnell AFB. The contractor will perform surface preparations to make an adequate surface to install the two new fire alarm systems. The contractor will replace existing fire suppression control panels at building 1176, North Bay and the fire alarm panel for the administration section. Includes 16 hours of trouble shooting the system and providing a detailed listing of any field devices requiring repair for each panel. Both fire alarm panels will be interconnected to a Monaco Transceiver (BT2-4) that will report all alarms and system troubles to McConnell?s Fire Department Prior to the acceptance of services and material, contractor will conduct operational checks on both panels to ensure proper wiring techniques and proper labeling has been performed Re-certification shall be scheduled and performed in the presence of Electrical Support Shop personnel. Contractor will install fire alarm panels IAW NFPA72, state and local fire codes. The contractor is also responsible for removing and disposing of any remaining material and/or equipment... 3.1 Contractor shall provide 4 hours of training, all documents, (to include a sequence of events and field wiring) and manuals to Civil Engineer electrical support personnel... 3.2 The contractor warrants that repairs furnished under the order shall be free from defects in materials and/or workmanship for the period shown in the standard commercial warranty. If materials are found to be defective, the contractor will replace them with no additional cost to the government... SITE VISIT: A site visit is scheduled for 9 September 2002 at 1400hrs. Attendance shall be coordinated with the contract administrator, 1Lt Laura Farley, 316-759-3059 no later than one (1) day prior to scheduled site visit... CLAUSES AND PROVISIONS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, the following clauses and provisions apply to this synopsis/solicitation and are incorporated by reference or full text into this document: FAR 52.22-1 Instructions to Offerors?Commercial; FAR 52.212-2 (January 1999) Evaluation?Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Capability of the service/equipment offered to meet the Government requirement and (2) Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.; All offerors must include completed copy of provision FAR 52.212-3 Offeror Representations and certifications; 52.212-4 Contract Terms and Conditions; FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment and vegetation; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registration; DFAR 252.212-7001 (Deviation) Contract terms and conditions required to implement statutes or Executive Order applicable to Defense acquisitions or commercial items. AFFARS 5352.242-9000 Contractor access to Air Force installations... RESPONSES: All proposals shall be submitted to the following address: 22d Contracting Squadron (Bldg 732), Attention 1Lt Laura Farley, 53147 Kansas St STE 102, McConnell AFB, KS 67221 no later than 1615 16 September
 
Place of Performance
Address: McConnell AFB, Kansas
Zip Code: 67221
Country: USA
 
Record
SN00164655-W 20020914/020912213534 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.