Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

12--12 -- Fire Extinguisher Maintenance and Inspection

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-16-06
 
Response Due
9/21/2005
 
Archive Date
10/21/2005
 
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 notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) number 688-16-06. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-5. The NAIC code for this solicitation is 339999. The small business size standard is 500 employees. This solicitation is a small business set-aside. The contractor shall provide all necessary labor, materials, tools, equipment and transportation required to test and service all portable fire extinguishers (hence referred to as portables) at the 50 Irving Street NW Washington,DC, Community Based Out Patient Clinics (CBOC) and 820 Chesapeake St. SE, Wash., DC. All portables are to be serviced: (a) monthly (this includes inspection and recharge of discharged portables), (b) annually (includes service tags for each portable to contain a record of monthly inspection indicating the date, inspector, and passed or failed.) The Contractor shall also produce a report containing the findings of these inspections, (c ) 12-year hydrotesting of ABC type fire extinguishers. All work performed shall be in accordance with current local, state, and federal codes, including NFPA 10 and the Department of Transportation (DOT) CRF 49 part 100 to 177. The SCHEDULE OF PRICES FOR THE BASE YEAR (10/1/05- 9/30/06) pricing as follows: SERVICES/INSPECTIONS TO BE PERFORMED: 1. Monthly Inspection (do not change tag or seal. Mark back of tag with inspector's name, date, and condition of extinguisher) 455 ea @ $____________ 2. Annual Inspection (to include procedures described in NFPA 10 _ especially section 4-3.2 PLUS change tag) 455 ea @ $____________ 3. Twelve-Year hydrotest for any size ABC indicated by "12yr" 5 ea @ $_____________ REIMBURSABLE ITEMS AS REQUIRED: 4. Recharge of 5 lb. ABC 1 ea @ $ _____________ 5. Recharge of 10 lb. ABC 1 ea @ $ ______________ 6. Recharge of 5 lb. CO2 1 ea @ $ ___________ 7. Recharge 10 lb. CO2 1 ea @ $ ___________ 8. Recharge 15 lb. CO2 1 ea @ $ ___________ 9. Recharge of 2.5 gallon Water 1 ea @ $ _____________ PARTS: 10. Pull pin 1 ea @ $ ____________ 11. pressure gauge 1 ea @ $____________ 12. gauge o-ring 1 ea @ $ ____________ 13. base o-ring 1 ea @ $ ____________ 14. top lever 1 ea @ $ ____________ 15. carry handle 1 ea @ $ ____________ 16. valve stern 1 ea @ $ ____________ 17. Hose strap & clip 1 ea @ $ ____________ 18. HMC label (Haz-Mat requirement) 1 ea @ $ ____________ 19. Pull-tite seal 1 ea @ $ ____________ TOTAL BASE YEAR $__________________ OPTION ONE (10/1/06-9/30/07)pricing as follows: SERVICES/INSPECTIONS TO BE PERFORMED: 1. Monthly Inspection (do not change tag or seal. Mark back of tag with inspector's name, date, and condition of extinguisher) 455 ea @ $____________ 2. Annual Inspection (to include procedures described in NFPA 10 _ especially section 4-3.2 PLUS change tag) 455 ea @ $____________ 3.Twelve-Year hydrotest for any size ABC indicated by "12yr" 5 ea @ $_____________ REIMBURSABLE ITEMS AS REQUIRED: 4. Recharge of 5 lb. ABC 1 ea @ $ _____________ 5. Recharge of 10 lb. ABC 1 ea @ $ ______________ 6. Recharge of 5 lb. CO2 1 ea @ $ ___________ 7. Recharge 10 lb. CO2 1 ea @ $ ___________ 8. Recharge 15 lb. CO2 1 ea @ $ ___________ 9. Recharge of 2.5 gallon Water 1 ea @ $ _____________ PARTS: 10. Pull pin 1 ea @ $ ____________ 11. pressure gauge 1 ea @ $____________ 12. gauge o-ring 1 ea @ $ ____________ 13. base o-ring 1 ea @ $ ____________ 14. top lever 1 ea @ $ ____________ 15. carry handle 1 ea @ $ ____________ 16. valve stern 1 ea @ $ ____________ 17. Hose strap & clip 1 ea @ $ ____________ 18. HMC label (Haz-Mat requirement) 1 ea @ $ ____________ 19. Pull-tite seal 1 ea @ $ ____________ TOTAL OPTION ONE $__________________ OPTION TWO (10/1/07-9/30/08) pricing as follows: SERVICES/INSPECTIONS TO BE PERFORMED: 1. Monthly Inspection (do not change tag or seal. Mark back of tag with inspector's name, date, and condition of extinguisher) 455 ea @ $____________ 2. Annual Inspection (to include procedures described in NFPA 10 _ especially section 4-3.2 PLUS change tag) 455 ea @ $____________ 3.Twelve-Year hydrotest for any size ABC indicated by "12yr" 5 ea @ $_____________ REIMBURSABLE ITEMS AS REQUIRED: 4. Recharge of 5 lb. ABC 1 ea @ $ _____________ 5. Recharge of 10 lb. ABC 1 ea @ $ ______________ 6. Recharge of 5 lb. CO2 1 ea @ $ ___________ 7. Recharge 10 lb. CO2 1 ea @ $ ___________ 8. Recharge 15 lb. CO2 1 ea @ $ ___________ 9. Recharge of 2.5 gallon Water 1 ea @ $ _____________ PARTS: 10. Pull pin 1 ea @ $ ____________ 11. pressure gauge 1 ea @ $____________ 12. gauge o-ring 1 ea @ $ ____________ 13. base o-ring 1 ea @ $ ____________ 14. top lever 1 ea @ $ ____________ 15. carry handle 1 ea @ $ ____________ 16. valve stern 1 ea @ $ ____________ 17. Hose strap & clip 1 ea @ $ ____________ 18. HMC label (Haz-Mat requirement) 1 ea @ $ ____________ 19. Pull-tite seal 1 ea @ $ ____________ TOTAL OPTION TWO $_________________. Acceptance time will be 60 days from bid opening date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.233-3, Protest After Award. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[X] 52.219-6, Notice of Total Small Business Aside; [X] 52.219-8, Utilization of Small Business; [X] 52.219-14, Limitations on Subcontracting; [X] 52.222-3, Convict Labor; [X] 52.222-21, Prohibition of Segregated Facilities;[X]52.222-26, Equal Opportunity;[X] 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.222-36, Affirmative Action for Workers with Disabilities; [X] 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.225-13, Restrictions on Certain Foreign Purchases;[X] 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [X] 52.222-41, Service Contract Act of 1965, as Amended;[X] 52.222-42, Statement of Equivalent Rates for Federal Hires. Rates can be obtained from website: http://www.wdol.gov/sca.aspx#0, Wage Determination No 1994-2103 Rev. (34); [X] 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts).Bidders responding to this announcement shall submit a bid along with the information required in 52.212-1 and a completed copy of provision 52.212-3 Representations and Certifications. 52.217-8 Option to Extend Services; the Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. 52.233-2 Service of Protest: (a) Protests, as defined in section 33.101 of the Federal Acquisitions Regulations that are filed directly with an agency and copies of any protests that are filed with General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgement of receipt from Purchasing and Contracting (688/90c), 50 Irving Street NW, Room 3D233, Washington, DC 20422. (b) The copy of any protest shall be received in the office designated above within one day of filling protest with the GAO; 852.233-70 Protest Content; 852.233-71, Alternative Protest Procedure; 52.232-19, Availability of Funds for Next Fiscal Year; 852.236-86, Worker?s Compensation; 852.270-1, Representatives of Contracting Officers; 852.170-4 Commercial Adverting; 852.211-71 (A) Guarantee; 52.228-5 Insurance- Work on a Government Installation; Supplemental Insurance Requirement. In accordance with FAR 28.307-2 the successful bidder must present to the Contracting officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (a) Workers? compensation and employer?s liability. Contractors are required to comply with applicable Federal and State workers? compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer?s liability section of the insurance policy, except when contract operations are so commingled with a contractor?s commercial operations that it would not be practical to require this coverage. Employer?s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers? compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.)(b) General liability.(1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Contractor Personnel Security Requirements: All contractor employees who require access to perform services at the Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC shall be the subject of finger printing by the VA Police Service. This requirement is applicable to all subcontractor personnel requiring the same access. Finger printing will be conducted on the 1st day of the personnel coming on site. Depending on the results of the fingerprinting, a background investigation may be necessary. 1. Contractor Responsibilities -The contractor shall prescreen all personnel requiring access to the VA Medical Center. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: List of names of contractor personnel. Social Security Number of contractor personnel. Home address of contractor personnel. Contractor should provide same list for all subcontractors. Contractor is responsible to update lists as changes in personnel occur. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration to work under the contract. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities: After receiving the contractor?s list of employees the VA Police Service will fingerprint contractor employees at the Medical Center and issue an ID Badge. Award will be made to offeror whose conforming to the solicitation is determined to be most advantageous to the Government. Offerors may obtain copies of the referenced provisions and clauses at http://arnet.gov. Quotations must be received by 1:00 PM local time September 21, 2005, Dorrence A. Carrington, VA Medical Center (688/90C), Room 3D233, 50 Irving Street NW, Washington, DC 20422. Web based and faxed offers will be accepted. All responsible sources will be considered.
 
Place of Performance
Address: 50 Irving Street NW, Washington,DC
Zip Code: 20422
Country: United States
 
Record
SN00894841-W 20050916/050914211929 (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.