Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

12 -- Fire Fighting Equipment Maintenance

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-MX1228
 
Response Due
1/7/2005
 
Archive Date
1/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be used. 2. No other solicitations or requests for quotes have been issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. 4. This is a 100% Small Business Set-Aside. If there are no offers received from a small business concern, this small business set-aside may be dissolved and the acquisition will be made open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. The NAICS code is 423850 and the size standard is 500 employees. 5. This solicitation contains three line items as follows: CLIN 0001: Provide all the materials, labor, transportation, personnel, and tools to maintain various types of emergency response and non-emergency equipment used by the Andrews Air Force Base Fire and Emergency Services Flight, as outlined in Statement of Work (SOW). CLIN 1001: Option period 1. CLIN 2001: Option period 2. 6. Period of Performance: Performance is tentatively scheduled to begin on 24 Jan 05 and will run through 30 Sep 05 at which time exercising the option may be considered. 7. Place of Performance: Work should be performed at Andrews AFB whenever practicable, however, equipment may be sent out for repairs in accordance with SOW. FOB: Destination 8. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards will not be evaluated. Quotes must be for all services, as stated, and partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concerned party at least 2 business days prior to closing date. The offer will be 8 1/2? x 11? paper except for foldouts used. Written proposal should be limited to 2 pages. Price-Related Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this solicitation to the most responsive, responsible offers whose offer represents the best value to the government. Best value will be based upon offer representing the lowest price technically acceptable. Option year prices will be factored in to create an overall award price for the entire contract. The Government reserves the right to enter into an agreement with other than the lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Any acceptable price-related factors may be submitted, however, may not be accepted as viable evaluation criteria for award. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal;. 12. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 15. Interested parties should carefully examine the attached SOW and e-mail, fax or mail offers to the POC stated herein. Offers must include the following: (a) written proposal ? limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications ?FAR 52.212-3?. 16. Quotations must be received no later than 3:00pm EST, 13 Jan 04. The Government prefers that all offers are e-mailed to the point-of-contact below with the contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1907. Mail offers/proposals should be mailed to: 89 CONS/LGCAB, 1419 Menoher Drive, Andrews AFB, MD 20762 (Attn: CE Services Team/SSgt Liebergen). 17. The Government Primary point-of-contact is SSgt Liebergen (301-981-1951 or victoria.liebergen2@andrews.af.mil). The secondary point-of-contact is MSgt Plummer (301-981-1908 or trunita.plummer@andrews.af.mil). STATEMENT OF WORK FOR MAINTENANCE OF FIRE DEPARTMENT EQUIPMENT The following is a statement of work description for scheduled and emergency repair maintenance on various types of emergency response equipment used by Andrews AFB Fire and Emergency Services Flight. The maintenance repair company must have the appropriate testing and certified repair equipment to complete the work. Company must be certified to work on and repair RAE System detection monitors. Maintenance of the following equipment is required within the scope of this contract: 1. Hydrostatic testing and repair of Interspiro 4500-psi self-contained breathing apparatus (SCBA) cylinders. Total number of cylinders in the department is two hundred (200); however, not all will need testing. 2. Hydrostatic testing and repair of approximately ten (10) 6000-psi air cascade cylinders. 3. Certified maintenance and repair on the following RAE system detection equipment: a. QRAE PLUS - 3 units b. MultiRAE PLUS - 1 unit c. ppbRAE - 1 unit d. Area RAE - 1 unit n Maintenance will include calibration, cleaning, diagnostics, factory test, battery output, software upgrade, pump service, internal filter replacement, board and sensor pins checked for corrosion. n Repair service will include sensor, battery, board and casing replacement by trained and certified RAE systems representative. 4. Certified maintenance and repair on the following detection monitors a. APD 2000 Chemical/Radiological detector - 2 units b. PhotoVac Flame Ionization detector (Micro FID) - 1 unit c. Scott Instruments Organic Vapor detector - 1 unit d. Drager Chemical Detector n Maintenance will include calibration, cleaning, diagnostics, factory test, battery output, software upgrade, pump service, internal filter replacement, board and sensor pins checked for corrosion. 5. Repair as necessary, HURST rescue equipment* to include hydraulic spreaders, O cutters, combi-tools, rams, power units, and supply lines. Model Numbers on Power Units: JL-AC-SI, JL-4GBS, JL-4GH, 363R114- 4 Units Hurst X- Tractor II Cutters - 2 total Hurst Transformer Spreader - 2 total Hurst ML16S Combi-tool - 3 total Hurst T41 and T59 rams - 6 Total * This is the equipment currently being used ? model numbers are subject to change. 6. Repair and service various types of power saws. Stihl- TS350, TS 760 ? 1 each Partner K12 saw- #K950 Active - 2 saws Husquavarna- 372XP Univent Saw - 2 saws 7. Certify, calibrate, and perform maintenance on one (1) BioSystems Posi-Check 3. 8. Service, repair, and maintenance on Bullard Thermal Imagers, models: - TIX - 1 unit - T3 - 1 unit 9. Service, repair, and maintenance of four (4) Unifire Positive Pressure Ventilation fans, model # DS-3P4. 10. Service, repair, and maintenance of various POK and TFT (Task Force Tips) firefighting nozzles.
 
Place of Performance
Address: Andrews AFB, MD
Zip Code: 20762
Country: USA
 
Record
SN00727252-W 20041230/041228211827 (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.