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
SOLICITATION NOTICE

42 -- Fire Extinguisher Service and Repari

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
F48608-03-Q-0047
 
Response Due
8/15/2003
 
Archive Date
10/1/2003
 
Point of Contact
Alan Quille, Contract Specialist, Phone 307-773-4746, Fax 307-773-4636, - Michael Beck, Contracting Officer, Phone 307-773-2299, Fax 307-773-4636,
 
E-Mail Address
alan.quille@warren.af.mil, michael.beck@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation/Synopsis: This is a combined solicitation/synopsis for commercial services 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This acquisition is set aside 100% for small business. The NAICS code for the requirement is 811310. The size standard is $6M or less in annual receipts. The contractor shall maintain approximately 1250 fire extinguishers, to include 30-150lb wheeled dry chemical and 26 Class K extinguishers, in such a manner that ensures their serviceability and prevents deterioration in value or effectiveness. The fire extinguisher numbers are just estimates and are accurate to within 30 percent. Fire extinguishers replacement component parts provided by the contractor shall be equal to the original in workmanship and materials. The contractor shall pickup and service fire extinguishers as necessary in the building to ensure that all fire extinguishers receive an annual inspection or the required hydrostatic (approximately 153 per year) or six year test (approximately 193 per year). The contractor shall comply with National Fire Protection Association (NFPA) Standard Number 10, Portable Fire Extinguishers, each fire extinguisher manufacturer?s maintenance and servicing instructions contained in their owner?s manual, and AFOSH 91-501. The contractor shall also be responsible for mounting the wall mounted fire extinguishers with the appropriate hook or bracket as required by the manufacturer. The installation of any fire extinguishers shall be in accordance with NFPA 10. The contractor shall be responsible for maximum protection of Government property. Performance is for a basic period, 1 Oct 03 through 30 Sep 04, and one option period, 1 Oct 04 through 30 Sep 05. The fire extinguishers to be serviced are located at F. E. Warren AFB, WY. Price and past performance will be used to evaluate quotations. Contractors must be Central Contractor Registration (CCR) registered; the web site for registration is http://www.ccr.gov if registration has not been accomplished. Use the following web site to access clauses that have been incorporated by reference: http://farsite.hill.af.mil. All quotations must include a completed 52.212-3, Offeror Representations and Certifications/Commercial Items (Attachment 3). The clause 52.212-4 (Feb 2002), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Jun 2003), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference. Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (Oct 2000), Instructions to Offeror -- Commercial Items; 52.219-14 (Dec 1996), Limitations on Subcontracting; 52.222-3 (Jun 2003) Convict Labor; 52.222-21 (Feb 1999), Prohibition of Segregated Facilities; 52.222-26 (Apr 2002), Equal Opportunity; 52.222-35 (Dec 2001), Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 (Jun 1998) Affirmative Action for Workers with Disabilities; 52.222-37 (Dec 2001) Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41(May 1989), Service Contract Act of 1965, As Amended; 52.222-42 (May 1989), Statement of Equivalent Rates for Federal Hires; 52.222-44 (Feb 2002), Fair Labor Standards Act and Service Contract Act -- Price Adjustment; and 52.232-33 (May 1999) Payment by Electronic Funds Transfer-Central Contractor Registration. In addition to these clauses, the following apply and are incorporated by reference: Information required in blanks immediately follows the clause/provision: 52.217-8 (Nov 1999), Option to Extend Services 15 days; 52.217-9 (Mar 2000), Option to Extend the Term of the Contract (a) 15 days, at least 60 days, (c) 2 years; 252.204-7004 (Nov 2001), Required Central Contractor Registration; 52.232-19 (Apr 1984), Availability of Funds for the Next Fiscal Year 30 Sep 03, 30 Sep 03; 52.228-5 (Jan 1997), Insurance -- Work on a Government Installation. Quotations must be submitted by mail to 90 CONS/LGCA, 7505 Marne Loop, F. E. Warren AFB, WY 82005-2860 to be received no later than 15 Aug 2003 at 4:30 pm MDT. To request the attachments, contact SSgt Kevin Searles at the following email address: kevin.searles@warren.af.mil . See Attachment 2, Bid Schedule, for a list of contract line item numbers, quantities and units of measure. See Attachment 1, Statement of Work (SOW) for a description of the requirement.
 
Place of Performance
Address: 7505 Marne Loop, F. E. Warren AFB, WY
Zip Code: 82005-2860
Country: USA
 
Record
SN00389936-W 20030803/030801213657 (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.