Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
MODIFICATION

J -- Fire Extinguisher Maintenance

Notice Date
8/19/2005
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
Reference-Number-F2R3C55087A1
 
Response Due
8/26/2005
 
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. A quote is being requested and a written solicitation will not be issued. Solicitation number F2R55087A100 is hereby issued as a Request for Quote . The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This acquisition is unresticted and is open to all competition, large businesses and small businesses, and is under North American Industry Classification System code 541380, with a small business size standard of $10,000,000.00. This procurement is for the performance of annual inspections, recharging and maintenance of dry and wet chemical fire extinguishing systems, portable fire extinguishers, and 150 pound Halon flight line fire extinguishers in accordance with the attached statement of work. There are 13 line items in this solicitation: CLIN 0001, Item: Perform annual inspections on 5,10,and 20 lbs. dry chemical extinguishers, estimated (est) 1150 each (ea). CLIN 0002, Item: Perform six year maintenance on 5 and 10 lbs. dry chemical extinguishers, est 308 ea. CLIN 0003, Item: Perform twelve year hydrostatic test on 5, 10 and 20 lbs. dry chemical extinguishers, est 220 ea. CLIN 0004, Item: Perform recharge maintenance on 5,10 and 20 lbs. dry chemical extinguishers, est 225 ea. CLIN 0005, Item: Perform recharge maintenance on 20 lbs. dry chemical extinguishers, est 35 ea. CLIN 0006, Item: Perform annual inspections on 120 lbs. dry chemical extinguishers, est 4 ea. CLIN 0007, Item: Perform Recharge Maintenance on 120 lbs. dry chemical extinguishers, est 2 ea. CLIN 0008, Item: Perform annual inspections on 150 lbs. Halon fire extinguishers, est 160 ea. CLIN 0009, Item: Perform six year maintenance on 150 lbs. fire extinguishers, est 65 ea. CLIN 0010, Item: Perform Hydrostatic Test on 150 lbs. fire extinguishers, est 20 ea. CLIN 0011, Item: Perform Recharge service on 150 lbs. fire extinguishers, est 45 ea. CLIN 0012, Item: Perform corrosion control by breakdown, sandblast, prime and repainting. Paint finish for the 150 lbs. Halon fire extinguisher units shall be lime yellow Du-pont polyurethane paint or equal lime yellow, color number 13670 of Fed Std 595, est 10 ea. CLIN 0013, Item: Provide repair parts valued over $5.00 on a NFFP - provide repair parts valued over $5.00 on a NTE reimbursable basis as outlined in the statement of work, 1 ea. The period of performance for the outlined services is from 1 October 2005 to 30 September 2006. Please send any questions or requests to 47 CONS/LGCA, ATTN: Sean Crowe or James Weed, 151 Alabama Ave. Bldg. 7, Laughlin AFB, TX 78843. You may also call P.O.C. at (830) 298-5117, send a fax to (830) 298-4878, or e-mail at sean.crowe@laughlin.af.mil or james.weed@laughlin.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors- Commercial Items (January 2005). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 47 CONS/LGCA, 151 Alabama Ave. Bldg. 7, Laughlin AFB, TX 78843 at or before 1630 (4:30 P.M) CST, 12 August 2005. Submit dated quotations on company letter head or quotation form. Quotations may be faxed to (830) 298-5768. Quotations may be e-mailed to sean.crowe@laughlin.af.mil or james.weed@laughlin.af.mil. Oral quotes will not be accepted. A Fixed Price purchase order will be issued in writing. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005) with the quotation or offerors shall be registered and complete the Offerors Representations and Certifications on the Online Representation & Certification Application (ORCA) homepage at www.bpn.gov/orca prior to award being able to be made. FAR clause 52.212-4 (Oct 2003), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: FAR clauses: 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-41, Service Contract Act of 1965, as Amended (May 1989); 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-18, Availability of Funds (Apr 1984); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.242-15 Stop-Work Order (Aug 1989); 52.247-34, F.O.B. Destination (Nov 1991); 52.253-1 Computer Generated Forms (Jan 1991); DFARS clauses: 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004, Required Central Contractor Registration (Nov 2003); 252.204-7004 Alt A, Required Central Contractor Registration (52.204-7)(Nov 2003); 252.223-7006, Prohibition On Storage and Disposal of Toxic and Hazardous Materials (Apr 1993); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.246-7000, Material Inspection and Receiving Report (Mar 2003); 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Alternate III. 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2005) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (October 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause); 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989), In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Fire Extinguisher Repairer, WG-6, Step 2 13.78 (End of clause); 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause); 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause); DFARS Clause 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause); AFFARS Clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). As prescribed in 5323.804, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause); AFFARS Clause 5352.242-9000 Contractor access to Air Force installations. As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause); In accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Request, the contractor shall submit payment request using WAWF-RA. To register and submit invoice go to https://wawf.eb.mil. The contractor shall create and submit an ?Invoice and Receiving Report(Combo). When creating the invoice the contractor shall use the following Department of Defense Activity Address Codes (DODAAC). Contractor shall only fill-in fields with an ?*?. Field Fill-in INSPECTION DESTINATION ACCEPTANCE DESTINATION ISSUE BY DoDAAC FA3099 ADMIN DoDAAC FA3099 SHIP TO CODE/EXT Customer?s DoDAAC e.g. F2R3C5 PAY DoDAAC F67100 If you have any questions, please contact the contracting officer identified in block 31b of the purchase order. (End of clause); Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. (End of clause); IAW FAR 22.1012-1, Service Contract Act Wage Determination Number 1994-2521, Rev 29, dated 0/23/2005, is attached hereto and made a part hereof. (End of clause); All work will be preformed with attached Statement of Work.
 
Place of Performance
Address: 47CES/CEF, 2ND & MITCHELL BLVD, BLDG 220, LAUGHLIN AFB, TEXAS
Zip Code: 78843
Country: USA
 
Record
SN00874777-W 20050821/050819212110 (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.