Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
MODIFICATION

N -- Replace/Modify/Install Fire Suppression System

Notice Date
9/1/2004
 
Notice Type
Modification
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
F5013942260400
 
Response Due
9/10/2004
 
Point of Contact
Jamie Dufrene, Contract Specialist, Phone 011-351-295-576173, Fax 011-351-295-573758,
 
E-Mail Address
jamie.dufrene@lajes.af.mil
 
Description
THIS PROJECT IS CONTIGENT UPON THE “AVAILABILITY OF FUNDS” AND THE GOVERNMENT RESERVES THE RIGHT TO CANCEL BASED UPON THE LACK OF FUNDS. This is a combined synopsis/solicitation for commercial items and services 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. Quotes are being requested and a written solicitation will be issued in conjunction. Solicitation number F5013942330200 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 (05 APR 04). This acquisition is 100% RESTRICTED to Mainland Portugal and its territories in accordance with the Bilateral Agreement between Portugal and the United States and dated 1995. All work shall be performed IAW SOW: Provide all personnel, equipment, tools, supervision, and services necessary to alter 16 existing fire suppression systems and install one complete system. Work will consist of but not be limited to the removal of 9 non ANSUL R-102 fire suppression systems to be replaced with ANSUL R-102 systems; move and modify 7 existing R-102 fire suppression systems; remove existing range and appliance hood and replace with adequately sized hood; and install one R-102 system where none currently exists at Lajes Field. General: 1. The contractor shall protect equipment, adjacent walls, and floors during all phases of the project. 2. The contractor shall section off work area to prevent possible injury of persons in area. 3. The contractor shall clean up and restore the job site, including any work debris outside the project area. The contractor shall leave work area as neat and orderly as it was found. Cleanup and site restoration shall include removing excess material and sweeping affected areas. 4. The contractor shall be certified by ANSUL to install and maintain ANSUL R-102 systems or have a certified subcontractor. Description of Work 1. Contractor shall provide inspection services to include identifying necessary modification to bring systems into compliance with NFPA 17 and NFPA 96 (chapters 5,6,7,10,11,12, and Annex A). Contractor shall submit a draft and final work plan to the contracting officer for approval. 2. Contractor shall remove existing fire suppression system in its entirety and replace with an ANSUL R-102 system with overlapping appliance protection, effectively sized, including any additional devices as required. This work will be completed on three systems at T-121, and one system each at T-233, T-240, T-717, T-701, 319 and T-810. 3. Contractor shall install an ANSUL R-102 system with overlapping appliance protection, effectively sized, including any additional devices as required where none currently exists at T-319. Contractor shall also remove existing cooking range and appliance equipment hood and replace with an adequately sized hood at a second station at T-319. 4. Contractor shall certify all affected fire suppression systems IAW NFPA 17 and NFPA 96 (chapters 5,6,7,10,11,12, and Annex A) upon completion of work. 5. Contractor shall move and modify existing ANSUL R-102 system. Modification may include but not limited to replacing pull stations, corroded piping, nozzles, and fusable links. System shall be installed with any additional devices as required. This work shall be completed on four systems at T-415, two systems at T-169, and one system at T-209. 6. Contractor shall be certified by ANSUL to install ANSUL R-102 fire suppression systems. 7. Contractor shall supply one training course for ANSUL certification in English and one training course for ANSUL certification in Portuguese. All attendees must be ANSUL certified to test and maintain ANSUL R-102 fire suppression systems, upon completion of said course. An official certificate shall be issued to each graduate. AWARD SHALL BE MADE ONLY TO CONTRACTORS WHO HAVE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION AT: www.ccr.gov. Please send any questions or requests to TSgt Jamie A. Dufrene at jamie.dufrene@lajes.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1 (JAN 2004), Instructions to Offerors- Commercial Items is incorporated by reference. It is amended to read: Submit signed and dated offer to 65 CONS/LGCA, Unit 7775, APO AE 09720 at or before 16:00 Lajes Time, Friday, 10 Sep 2004 with the correct Solicitation Number on the outside of the package. Quotations may NOT be faxed. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions. FAR 52.212-2 (JAN 1999), Evaluation Commercial Items is incorporated by reference. It is amended to read (a) (i) price (ii) technical capability of the items offered to meet the Government requirement. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 (JAN 2004), Offeror Representations and Certifications Commercial Items with the quotation. A copy of the Representations and Certifications to be completed is attached and available for download. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions?Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows -- changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) that may be changed unilaterally by the Government. FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates the following FAR clauses by reference: FAR 52.222-3 (JUN 2003), Convict Labor (E.O. 11755); FAR 52.222-26 (APR 2002), Equal Opportunity (E.O.11246); FAR 52.222-36 (JUN 1998), Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-13 (DEC 2003), Restrictions On Certain Foreign Purchases; FAR 52.232-33 (OCT 2003), Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); and FAR 52.233-3 (AUG 1996), Protest after Award (31 U.S.C. 3553) applies to this solicitation. Other FAR clauses and provisions that apply to this solicitation are: FAR 52.242-15 (AUG 1989), Stop-Work Order; FAR 52.243-5 (APR 1984), Changes and Changed Conditions; FAR 52.246-1 (APR 1984), Contractor Inspection Requirements; FAR 52.252-2 (FEB 1998), Clauses Incorporated By Reference; FAR 52.252-6 (APR 1984), Authorized Deviations In Clauses; FAR 52.253-1 (JAN 1991), Computer Generated Forms. DFARS clauses and provisions that apply to this solicitation are: DFARS 252.204-7000 (DEC 1991), Disclosure of Information; DFARS 252.204-7003 (APR 1992), Control Of Government Personnel Work Product; DFARS 252.204-7004 Alternate A (NOV 2003) , Required Central Contractor Registration; DFARS 252.212-7000 (NOV 1995), Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 (JAN 2004), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.246-7000 (MAR 2003), Material Inspection and Receiving Report applies; AFFARS 5352.242-9000 (JUN 2002), Contractor Access To Air Force Installations also applies to this solicitation. A Firm-Fixed Price purchase order will be issued in writing. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/USAFE/65CONS/F5013942260400/listing.html)
 
Place of Performance
Address: Lajes Field APO AE
Zip Code: 09720
Country: Portugal
 
Record
SN00663866-F 20040903/040901214212 (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.