Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

42 -- Inspection, testing, and maintenance of Fire Protection/Suppression Systems

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0190
 
Response Due
9/26/2003
 
Point of Contact
Jamila Hodges, Contract Specialist, Phone 202-797-7963, Fax 202-767-7897, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
jamila.hodges@bolling.af.mil, valerie.gaines@bolling.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0190. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This is a small business set-aside. The North American Industry Classification System code is 561621 (formerly SIC code 7382) at $10.5 million size standard. LINE ITEM 0001: Fire Suppression Maintenance in Building #1; Contractor shall inspect, maintain & test the one (1) fire suppression system located in Building #1. The type of system is a FM-200, 900 lb, 2 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0002: Fire Suppression Maintenance in Building #1; Contractor shall inspect, maintain & test the one (1) fire suppression system located in Building #1. The type of system is a FM-200, 600 lb, 2 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0003: Fire Suppression Maintenance in Building #1; Contractor shall inspect, maintain & test the two (2) fire suppression systems located in Building #1. The type of system is a FM-200, 350 lb, 4 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0004: Fire Suppression Maintenance in Building #1; Contractor shall inspect, maintain & test the one (1) fire suppression system located in Building #1. The type of system is a FM-200, 200 lb, 2 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0005: Fire Suppression Maintenance in Building 50; Contractor shall inspect, maintain & test the three (3) fire suppression systems located in Building 50. The type of system is an Ansul R 102, 3 gallons, 9 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0006: Fire Suppression Maintenance in Building 1301; Contractor shall inspect, maintain & test the three (3) fire suppression systems located in Building 1301. The type of system is an Ansul R 102, 3 gallons, 5 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0007: Fire Suppression Maintenance in Building 1310; - Contractor shall inspect, maintain & test the one (1) fire suppression systems located in Building 1310. The type of system is a Kiddie HDR, 25 lbs., 3 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0008: Fire Suppression Maintenance in Building 2482; - Contractor shall inspect, maintain & test the one (1) fire suppression systems located in Building 2482. The type of system is a Range Guard, 2.5 gallons, 1 Cylinder. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0009: Fire Suppression Maintenance in Building 4456; Contractor shall inspect, maintain & test the one (1) fire suppression systems located in Building 4456. The type of system is an Ansul R 102, 3 gallons, 3 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0010: Fire Suppression Maintenance in Building 4514; Contractor shall inspect, maintain & test the two (2) fire suppression systems located in Building 4514. The type of system is an Ansul R 102, 3 gallons, 2 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0011: Fire Suppression Maintenance in Building 4514; Contractor shall inspect, maintain & test the one (1) fire suppression systems located in Building 4514. The type of system is an Ansul R 102, 1.5 gallons, 1 Cylinder. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0012: Fire Suppression Maintenance in Building 4500; Contractor shall inspect, maintain & test the two (2) fire suppression systems located in Building 4500. The type of system is an Ansul R 102, 3 gallons, 2 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0013: Fire Suppression Maintenance in Building 6000; Contractor shall inspect, maintain & test the three (3) fire suppression systems located in Building 6000. The type of system is a Kiddie HDR, 25 lbs., 5 Cylinders. There will be 2 Inspections performed on each system IAW the Statement of Work. QTY: 2/INSPECTIONS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0014: Emergency Service Calls, For Base; Contractor shall provide emergency service calls for the base in accordance with the Statement of Work paragraph 1.4. EST. QTY: 10/HOURS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0015: Emergency Service Calls, For DIA; Contractor shall provide emergency service calls for DIA in accordance with the Statement of Work paragraph 1.4. EST. QTY: 6/HOURS, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0016: Reimbursable Parts for Base; Contractor shall furnish all parts, tools, and materials to perform this work In Accordance with the Statement of Work paragraph 3.1. QTY: 1/LOT, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. LINE ITEM 0017: Reimbursable Parts for DIA; Contractor shall furnish all parts, tools, and materials to perform this work In Accordance with the Statement of Work paragraph 3.1. QTY: 1/LOT, UNIT PRICE: $_______________, EXTENDED PRICE: $________________. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: Statement of Work for Inspection, testing, and Maintenance of Fire Protection/Suppression Systems for Commercial Cooking Operations (Exhaust Hoods) 1. DESCRIPTION OF SERVICES. The contractor shall provide all plant, labor, tools, supplies, equipment, transportation, and other items and services necessary to inspect, test, and maintain fire protection systems for commercial cooking operations (exhaust hoods), at Bolling AFB DC. Systems shall be maintained in a manner that will ensure their serviceability and operation. The following installed systems can be used for determining possible workload: (Information is in this format; Building Number, Type Of System, Number Of Cylinders, Number of systems) Building 1, FM 200, 900 lbs, 2 Cylinders, 1 System// Building 1, FM 200, 600 lbs, 2 Cylinders, 1 System// Building 1, FM 200, 350 lbs, 4 Cylinders, 2 Systems// Building 1, FM 200, 200 lbs, 2 Cylinders, 1 System// Buiding 50, Ansul R 102, 3 gal, 9 Cylinders, 3 Systems// Building 1301, Ansul R 102, 3 gal, 5 Cylinders, 3 Systems, Building 1310, Kiddie HDR, 25 lbs., 3 Cylinders, 1 System// Building 2482, Range Guard 2.5 gal, 1 Cylinder, 1 System// Building 4456 Ansul R 102, 3 gal, 3 Cylinders, 1 System// Building 4514, Ansul R 102, 3 gal, 2 Cylinders, 2 Systems// Building 4514, Ansul R 102, 1.5gal, 1 Cylinder, 1 System// Building 4500, Ansul R 102, 3 gal, 2 Cylinders, 2 Systems// Building 6000, Kiddie HDR, 25 lbs., 5 Cylinders, 3 Systems// Note: the following devices are included in the Notifier FM 200 workload estimate; one control panel, one graphic annunciator, seven manual releases, seven abort stations, 17 horns/strobes, eight discharge strobes, 36 smoke detectors, (11) 180 degree ceiling nozzles, nine 360degree ceiling nozzles, three heat detectors. 1.1. INSPECTIONS. The contractor shall inspect all systems IAW applicable NFPA Standards and manufacturer?s instructions. The contractor shall correct any discrepancies or impairments to a system, discovered during a scheduled inspection within 48 hours. 1.2. TESTING. The contractor shall perform functional operation tests on installed fire extinguishing systems IAW applicable National Fire Protection Association (NFPA) Standards and manufacturer?s instructions. The contractor shall perform two tests, one in November 2003 and one in May 2004. If the system is connected to the installation fire department, the contractor along with a government representative shall notify the fire department that a system test is to be conducted and an emergency response is not required. All personnel at the end-user?s facility shall be notified that a test is to be conducted and instructed as to the sequence of operation. Installed fire-extinguishing systems located in areas that are inaccessible for security or safety reasons, shall be tested during scheduled operation shutdowns at intervals approved by the quality Assurance Personnel (QA). 1.3. CORRECTIVE MAINTENANCE. The contractor shall perform corrective Maintenance on installed fire extinguishing systems, IAW applicable NFPA Standards and manufacturer?s instructions, to return a system or component to full operating condition. The contractor shall notify the QA before proceeding with any corrective maintenance on installed fire extinguishing systems. The contractor shall recharge and return to full service all installed fire-extinguishing systems after use or as indicated by an inspection, functional test, or maintenance work. The contractor shall notify the QA in writing that corrective maintenance has been completed and shall provide a list of all work accomplished. In case of system discharge, the contractor shall refill the system using manufacturer and NFPA recommended suppression agents. 1.4. EMERGENCY SERVICES. The contractor shall provide emergency service at any time and shall respond within four (4) hours of notification. The contractor shall furnish telephone numbers for emergency calls. Calls received by answering service or machine will be considered as notification. For the purpose of this specification, an emergency is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, to prevent loss or damage to government property or to restore essential services. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide electricity, water and sewerage for the purpose of this contract only. 3. CONTRACTOR REQUIREMENTS. Except for those items and services specifically stated as government furnished, the contractor shall furnish everything needed to perform this contract according to all its terms. 3.1. Materials, Parts, & Supplies Acquisition: The contractor shall responsible for individual parts up to $200.00. When a single part exceeds $200.00, the contractor shall be responsible only for the labor to install the parts. The cost of the part(s) shall be paid for by the government using a separate instrument in repairing the equipment to be maintained under this contract. Parts exceeding this amount shall be reported at once to the QA for approval at (202) 767-1090. The contractor shall purchase parts at the lowest price obtainable and secure reasonable competition for such purchases when available. All parts shall be genuine replacement parts as manufactured of as recommended by the manufacturer. All parts shall be U.L. approved/listed. Only new standard parts shall be used when effecting repairs. 3.2. WARRANTY. The contractor shall be responsible for replacing warranty items within the appropriate period of such warranty. This shall include manufacturers warranty. 3.3. CONTRACTOR EMPLOYEES. The contractor shall not employ person on this contract if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. 4. GENERAL INFORMATION. 4.1. QUALITY ASSURANCE. The government will evaluate the contractor's performance under this contact. For task listed in the statement of work, the QA will inspect all services specified. When an observation indicates defective performance, the QA will notify the contractor manager of representative. The contractor shall ensure reperformance through his or her quality inspection system. 4.2. 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. 4.3. HOURS OF OPERATION. The contractor shall perform testing, inspection and repair in building 6000 after 4:00 PM, Monday through Friday or from 7:AM till 4:00 PM on Saturdays. For the remaining system inspections, the contractor's hours shall start at 4:30 AM until 8:00 PM, Monday Through Friday and continue inspections, testing or repairs until complete. 5. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the installation, shall abide by all security regulations and instructions of the installation. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall complete AF Form 75, Request for Visitor/Vehicle Pass, and DD Form 1172, Application for Uniformed Services Identification Card, and submit through the contracting officer and 11th Security Forces pass and registration. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles registered. 6. CONSERVATION OF UTILITIES. The contractor shall make sure employees practice utilities conversation. The contractor shall be responsible for working under conditions that prevent the waste of utilities to include: 6.1. Lights shall be used only in areas where work is actually being performed. 6.2. Employees shall not adjust mechanical equipment for heating, ventilation or air conditioning systems. 6.3. Water faucets or valves shall be turned off when not in use. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.222-25, 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Offerors must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation--Commercial Items applies to this solicitation, specifically to the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.219-6, 52.232-18, 52.232-33, 52.233-3, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.243-7001, 252.247-7023 Alt III, 5352.223-9001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222.36, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Fire Alarm System Mechanic, WG-10, $20.44. The incorporated Wage Determination 1994-2103, dated June 03, 2003, revision 30 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses (proposals) must be received no later than 4:00 P.M. EST on 26 Sep 03 to 11th CON/LGCF, 110 Luke Ave, Ste 200, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR Clauses web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to 1Lt Jamila Hodges, Contract Specialist, Phone (202) 767-7963, FAX (202) 767-7897, E-mail to jamila.hodges@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
 
Record
SN00435591-W 20030918/030916213258 (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.