Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

J -- Fire Extinguisher Maintenance

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F9ESDE30760400
 
Response Due
8/4/2003
 
Archive Date
8/19/2003
 
Point of Contact
Kim Farlik, Contracting Staff Officer, Phone 402-232-5931, Fax 402-294-4069,
 
E-Mail Address
kim.farlik@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is to extend the response date to 4 Aug 03 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Part 12. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICIATION WILL NOT BE ISSUED. Reference number F9ESDE30760400 is issued as a request for quotation. This procurement is a small business set-aside. The North American Industry Classification System (NAIACS) code is 561210 and the small business size standard is $6.0 million. The government intends to issue a purchase order with four option years for fire extinguisher maintenance. Statement of Work is below. CONTRACTOR MUST BE REGISTERED IN CONTRACTOR CENTRAL REGISTRATION (CCR). If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. No partial quotes will be considered. No partial awards will be allowed. All contractors are requested to utilize the PRO-Net program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet based database of information on small, disadvantaged, 8(a), women-owned, HUBZone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors, and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov. The provisions at FAR 52.212-1, Instructions to Offerers, Commercial items and FAR 52-212-4, Contract Terms and Conditions, Commercial Items and FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items apply. Within FAR 52.212-5 (DEV) the following clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246): 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (32 U.S.C. 4212); and 52.222-35, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52-222.37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). The following also applies: FAR 52.222-3, Convict Labor; FAR 52.222-41 Service Contract Act, FAR 52.222-42 Statement of Equivalent Rates for federal Hires, FAR 52.233-3 Protest After Award, FAR 52.252-6 Authorized deviations in Clauses apply. The following DFAR clauses apply to this acquisition: 252.204-7004, Required Central Contractor Registration; 252.212-7001 (DEV), Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. This contract will be for 5 years ? a base year with four option years. Period of performance will begin on 1 Oct 03 ? 30 Sep 04. Please send quotes to 2d Lt Kim L. Farlik at the above address if you are capable of providing the goods for Offutt AFB. Quotes can be emailed, faxed, or mailed. Address any questions to 2d Lt Kim L. Farlik at the above address or call (402) 294-5391. Below is the statement of work: STATEMENT OF WORK FOR REPAIR, MAINTENANCE AND SERVICING OF FIRE EXTINGUISHERS 1. DESCRIPTION OF SERVICES: The contractor shall provide all tools, supplies, equipment and labor necessary to repair, maintain and service portable and wheeled fire extinguishers at Offutt AFB, Nebraska in a manner that will ensure their serviceability and prevent deterioration in value or effectiveness. Following are quantities of portable fire extinguishers to be used in determining workload. Qty Type Size Building location Portable/Wheeled 63 ABC 2.5 Lbs. NA Portable 3 ABC 4.0 Lbs. NA Portable 103 ABC 5.0 Lbs. NA Portable 24 ABC 8.0 Lbs. NA Portable 20 ABC 9.0 Lbs. NA Portable 1564 ABC 10 Lbs. NA Portable 8 ABC 16 Lbs. NA Portable 1 ABC 15 Lbs. NA Portable 43 ABC 20 Lbs. NA Portable 5 ABC 30 Lbs. NA Wheeled 1 BC 2.5 Lbs. NA Portable 3 BC 5.0 Lbs. NA Portable 1 BC 6.0 Lbs. NA Portable 4 BC 8.0 Lbs. NA Portable 29 BC 10 Lbs. NA Portable 2 BC 20 Lbs. NA Portable 1 D (Metal) 20 Lbs. NA Portable 1 D (Metal) 30 Lbs. NA Portable 6 FE36 10 Lbs. NA Portable 307 WATER 2.5 Gals. NA Portable 143 HALON 1211 5.0 Lbs. NA Portable 98 HALON 1211 150 Lbs. NA Wheeled 1.1. REPAIR, MAINTENANCE AND SERVICES: The contractor shall perform the required repairs, maintenance and services at the Offutt AFB extinguisher shop. The contractor may perform repairs or services that cannot be performed on OFFUTT AFB at a shop owned/operated by the contractor. The contractor shall coordinate with the Fire Prevention Office the removal of all extinguishers before removing any extinguishers from the base and must ensure there are adequate fire extinguishers available to the customer. 1.2. CORRECTIVE MAINTENANCE: Corrective maintenance returns a fire extinguisher to full operating capacity as described below: 1.2.1. Fire Extinguisher Recharge: Fire extinguishers shall be recharged as indicated in the list of work provided to the contractor. The replacement of extinguisher agent also includes the agent expellant for certain types of extinguishers. The Government will furnish, at no cost to the contractor, halogenated (Halon 1211) fire extinguishing agent (if required). Each fire extinguisher shall have a ?Verification of Service? collar located around the neck of cylinder when recharged. 1.2.2. Six-Year Maintenance: The contractor shall perform overhaul maintenance in accordance with the manufacturer?s requirements for each type extinguisher. Six-year maintenance shall be recorded on a suitable metallic label or equally durable material, and shall be affixed on the rear exterior of the extinguisher shell. Each fire extinguisher shall have a ?Verification of Service? collar located around the neck of cylinder. 1.2.3. Hydrostatic Testing: The contractor shall hydrostatically test fire extinguishers as specified in the manufacturer?s recommendations. Fire extinguishers that pass hydrostatic test shall have the test information recorded on a suitable metallic label or equally durable material, and affixed to rear exterior of the fire extinguisher shell. Extinguishers that fail the hydrostatic test shall be identified/labeled unserviceable and shall be returned to the Government for disposition. 1.2.4. Annual Inspection: The contractor shall perform a thorough examination of each fire extinguisher?s mechanical parts, extinguishing agent, and expelling means. The tamper seal of each fire extinguisher shall be removed by operating the pull pin/locking device and a new seal shall be installed. 1.2.5. Labeling. The contractor shall replace fire extinguisher identification labels, classification symbols, product inspection stickers/plates/decals and other required information labeling if the originals are damaged or missing. Labeling shall be in accordance with the manufacturer?s specifications. 1.2.6. Corrosion Control, Painting and Repair of Wheeled Halon 1211 Fire Extinguisher: Corrosion control, painting and repairs shall be performed on all wheeled Fire extinguishers (Halon 1211) as indicated below: 1.2.6.1. Replace all damaged, broken and bent carriages, and hose support parts. 1.2.6.2. Replace the agent level gauges with a plug when performing 6-year maintenance or hydrostatic tests. 1.2.6.3. Perform corrosion control on all wheeled Halon 1211 fire extinguishers and paint with an acrylic polyurethane enamel with high solids, Protite ?51? Lime Green, Part Number 6487-PR-4 (Color 13670 Fed Std 595). 1.2.6.4. Replace identification, classification symbols and product labels/stickers/plates/decals on all fire extinguishers. 1.2.6.5. Paint/stencil the fire extinguisher number on the rear of the cylinder. 1.2.6.6. Replace reflective tape on all fire extinguishers. 1.2.6.7. Perform 6-year maintenance and hydrostatic test as appropriate. 1.2.6.7. Replace wheel/tire inner tubes on all fire extinguishers. 1.3. REPORTS. The contractor shall submit complete reports of all maintenance and servicing accomplished when fire extinguishers are returned to the government. The reports shall be submitted to the Government representative responsible for this contract on a weekly basis. The reports shall include a record of conditions found, repairs, recharging, and all replacement parts used. All records, documents, and associated papers provided by the Government or generated during the period of this contract become government property and will be returned to the government upon contract termination or completion. During the contract period, all records, documents, and associated papers will be available for Government review. 1.4. EMERGENCY SERVICES. The contractor shall provide emergency services within one week to repair or recharge damaged or discharged fire extinguishers as determined by the government. For purposes of this specification, an emergency situation is defined as any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. 1.5. ENVIRONMENTAL PROTECTION: The contractor shall ensure that the purchase, use, handling, storage, and disposal of all toxic, hazardous and special materials and wastes are in accordance with federal, state and local environmental protection regulations. A closed recovery system is required for the recovery of dry chemical or halon 1211 fire extinguishing agents. 2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para. Performance Threshold Perform Corrective Maintenance on Fire Extinguishers.Fire extinguishers are properly painted, labeled, and recharged. All work is completed according to frequency recommended by the manufacturer. Six- (6) year maintenance is performed. Reports are submitted within the specified time. Response to and completion of service calls is timely. 1.1., 1.2., 1.2.1, 1.2.2., 12.4., 1.2.5., 1.2.6., 1.3, 1.4., and 1.5 100% of fire extinguishers are operational at all times. Hydrostatically Test Fire Extinguishers.Fire extinguishers are properly tested. Testing is performed IAW manufacturer?s recommended frequency. 1.2.3. 100% of fire extinguishers are tested timely. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government shall furnish a facility that measures 860 square feet, that is divided into three rooms, a maintenance, storage and administrative/storage area. An Outside storage area adjacent to the facility is 800 square feet of concrete surrounded by an eight-foot metal fence. The facility (Bldg. 321) is located at 802 Looking Glass Avenue, eastside of the Offutt Field House. 3.1. Government Furnished Equipment: The government shall furnish to the contractor a Halon 1211 recharge/recovery unit, a TIF Instruments Halon leak detector, a dry chemical servicing unit and an electric driven air compressor. 3.2. Government Furnished Utilities: The government shall furnish to the contractor utilities necessary to perform all operations required by this PWS. 3.3. Telephone Services. A government furnished telephone with a Class C line shall be furnished to the contractor at no additional cost. Class C telephones allow access to base facilities only. The contractor is responsible for obtaining off-base capability and shall be responsible for all expenses incurred. 3.4. Security Police and Fire Protection: The Base Security Police and the Base Fire Department can be reached by dialing 911 on Offutt Air Force Base. 4. GENERAL INFORMATION: 4.1. QUALITY CONTROL: Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with NFPA and other applicable standards and the manufacturer?s instructions. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 4.2. QUALITY ASSURANCE: The government will periodically evaluate the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. 4.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. 4.4. HOURS OF OPERATION: The contractor shall perform the services required under this contract during the following hours: The contractor shall have the facility open on Wednesdays of each week for customer service hours from 0800 hrs to 1600 hrs. During this time the contractor must be at the shop and available so base personnel can deliver and pick up fire extinguishers requiring annual inspections. 4.5. SECURITY REQUIREMENTS: Contractor personnel shall obtain a Government Identification (ID) card. The following is the form each Contractor personnel is required to fill out for a Government ID card before beginning work on Offutt AFB: AF Form 2583 - Request for Personnel Security Action 55 CES/CCQ 106 Peacekeeper Dr., STE 2N3 Offutt AFB NE 68113-4019 4.5.1. All contractor personnel who shall be driving on Offutt AFB need to receive an ACC Form 75 Vehicle Pass. The OFFUTT AFB Security Police Pass & ID section located in Bldg. 107 will issue this form. This vehicle pass shall be kept inside the vehicle at all times while it is on Offutt AFB. 4.5.2. The contractor is responsible for controlling and accounting for all vehicles passes, government ID cards, and restricted area badges. When employee(s) leave the employment of the contractor, the contractor is responsible to recover the government ID card(s) and all other entry/security documents from the terminated employee and immediately deliver these items to the CO. Loss or failure to turn in these items within ten (10) calendar days, the government will deduct the amount of $25.00 per item, per employee from the next applicable invoice. The fee is to cover the government's administrative and inventory costs. 4.6. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. 4.7. SPECIAL QUALIFICATIONS: (NOTE: INSERT ANY ADDITIONAL SPECIAL CERTIFICATIONS OR REQUIREMENTS FOR EMPLOYEES IF DEEMED NECESSARY.) 4.8. PARTNERING AGREEMENT: The contracting officer may require a partnering agreement between the government and the contractor to ensure joint cooperation and a sound partnership of all parties involved in the execution of this contract. Partnering is the creation of a government-contractor relationship that promotes achievement of mutually beneficial goals. It involves an agreement in principle to share the risks involved in completing the project and to establish and promote a nurturing partnership environment. Representatives from each organization are encouraged to participate in developing the partnering agreement. Suggested representation is the civil engineer manager, the government inspector, the government contract administrator, the contractor?s manager and the contractor?s quality control person. All costs for the partnership agreement should be shared equally between the government and contractor. This group is responsible for developing a formal partnering agreement that should be signed by all parties involved. The agreement should contain as a minimum: specific goals to be reached and a list of objectives to reach the goals, a set of metrics to evaluate the objectives, a frequency for meetings to review the metrics, and a statement of cooperation to execute the terms of the agreement. 5. APPENDICES: A. Estimated Workload Data B. Government Furnished Property/Services/Equipment APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 Repair, maintain and service portable fire extinguishers: ?ABC? Dry Chemical 2.5 lb.4.0 lb.5.0 lb.8.0 lb.9.010 lb.15 lb.16 lb.20 lb. 63310324201,5641843 2 Repair, maintain and service portable fire extinguishers: ?BC? Dry Chemical 2.5 lb.5.0 lb.6.0 lb.8.0 lb.10 lb.20 lb. 1314292 3 Repair, maintain and service portable fire extinguishers: ?D? Dry Powder 20 lb.30 lb. 11 4 Repair, maintain and service portable fire extinguishers: FE 36 10 lb. 6 5 Repair, maintain and service portable fire Extinguishers: Pressurized Water 2.5 gal. 307 6 Repair, maintain and service portable fire extinguishers: Halon 1211 5.0 lb. 143 7 Repair, maintain and service wheeled fire extinguishers: ?ABC? Dry Chemical 30 5 8 Repair, maintain and service wheeled fire extinguishers: Halon 1211 150 lb. 98 9 Frequency of inspections _______ Annually APPENDIX B GOVERNMENT FURNISHED PROPERTY/SERVICES/EQUIPMENT 1. GENERAL INFORMATION: The government shall provide facilities, equipment, materials, and services listed below. 2. Government Furnished Property: a. The government shall furnish Halon 1211 agent as required for contractor performance of this contract. b. The contractor shall submit a request (in writing) to the Contracting Officer prior to depletion of all Halon 1211 agent in stock. 3. Government Furnished Facilities: a. The government shall furnish a facility that measures 860 square feet, divided into three rooms: maintenance shop, administrative, and storage. An outside storage area adjacent to the facility, which is 800 square feet of concrete surrounded by an eight foot metal fence. The facility is located at 802 Looking Glass Avenue (Bldg. 321), eastside of the Offutt Field House. 4. Government Provided Equipment: a. Air Compressor Make: Ingersoll Rand Model T301080V Serial No. 30T726418 b. Halon Recharge/Recovery Unit Make: FRC International Model Defender 2000 Serial No. FRG 90059 c. Dry Clean System Make: Getz Vac-U-Fill System Model U-2-Console Serial No. 892072 d. The contractor shall be responsible for inspection and maintenance of the Halon 1211 recharge/recovery unit, TIF Instruments Halon leak detector, the dry chemical servicing unit, and the electric driven air compressor. Inspection and maintenance shall be documented on AF Form 1071, Inspection/Maintenance Record. WAGE DETERMINATION NO: 94-2325 REV (25) AREA: NE,OMAHA APPLIES
 
Place of Performance
Address: Offutt AFB NE
Zip Code: 68113
Country: USA
 
Record
SN00389825-W 20030803/030801213535 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.