Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

42 -- Inspact Fire Detection Systems

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
73523-5132
 
Solicitation Number
F1B3R26249A100
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Point of Contact
Brian Ames, Contract Negotiator, Phone 580-481-7251, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
brian.ames@altus.af.mil, charles.peterson@altus.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. Solicitation number F1B3Y1623A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 337122, with less than 500 employees. This item is an End of Year (EOY) Purchase, funding may or may not be made available for purchase. All quotes for this item will need to remain valid until October 1, 2006. There will be a site visit 13 Sep 06 at Altus AFB OK building 302 at 1:00 pm. For base access or to RSVP for the meeting please contact Brian Ames, contract administrator, at 580-481-5839. Statement of Work is as follows: PART 1 - GENERAL 1.1 DESCRIPTION A. The scope of this project is to inspect, test, and document the facility fire detection systems in facilities 514, 172, 189, 524, 85, 156, 187, 228, 89, 25, and 81 in accordance with NFPA 72 reacceptance testing. The contractor shall identify those devices found to be defective during testing. The contractor shall provide all lifts, manpower, and materials to accomplish testing in accordance with regulations. B. Performance time will be normal duty hours are from 7:30 AM to 4:30 PM, Monday through Friday. Planned project performance time is 60 days from receipt of Notice To Proceed (NTP). 1.2 SUBMITTALS A. Submit manufacturer's descriptive and technical data for replacement components. Contractor shall provide a project schedule showing milestones of project progress. B. Prior to final acceptance furnish two bound hard copies and one electronic copy of the test report and map showing location of tested detectors and zone number. 1.3 QUALITY ASSURANCE A. The fire detection system components shall be the standard product of firms regularly engaged in the manufacture of fire detection and alarm system components with a record of at least five years of successful installations of fire detection and alarm system components similar to those required for this project. B. New components being installed shall comply with the National Fire Protection Association Standard NFPA 72, with Article 760 of the National Electrical Code and with all local codes for the location of the installation of the fire detection and alarm system. C. Each new component of the fire detection and alarm system shall be listed by Underwriters Laboratories Inc. (UL), FM, or a nationally recognized testing laboratory and shall bear the appropriate label. Partial listings are not acceptable. In addition the system controls shall be in accordance with the National Electrical Code Article 760. D. The fire detection and alarm system's vendor shall employ factory trained installation and maintenance technicians and maintain a service organization. This service organization shall have a minimum of five years experience in the installation and maintenance of fire detection and alarm systems and be able to provide emergency service within 24 hours. 1.4 APPLICABLE STANDARDS A. The fire detection and alarm system shall be designed, manufactured, installed and tested in accordance with the applicable provisions of the following standards: 1. National Fire Protection Associations, Standards: 70 National Electrical Code 72 National Fire Alarm Code 90A Installation of Air Conditioning and Ventilating Systems 2. Underwriters Laboratories, Inc., Standards: 13 Power-Limited Circuit Cables 464 Audible Signal Appliances 864 Control Units for Fire Protective Signaling Systems 1424 Cables for Power Limited Fire Protective Signaling Circuits 1481 Power Supplies for Fire Protective Signaling Systems 1638 Visual Signaling Appliances 1971 Signaling Systems for the Hearing Impaired 3. Air Force Standards UFC 3-600-02 Fire Protection for Facilities Engineering Design and Construction 1.5 SYSTEM DESCRIPTION A. The fire detection and alarm systems shall consist of modifications to existing fire alarm systems, integrated control panels, transceivers, antennae, and lightning arresters, manual pull stations, horns, bells, flashing lights, together with all wiring, conduit, boxes and other necessary items, and the interface with other systems to make up a complete operating system with regard to peripherals being installed. 1.6 SYSTEM OPERATION A. Actuation of an alarm-initiating device shall: 1. Cause the respective red zone alarm LED on the control panel to flash, until the acknowledge switch is actuated at the control panel. Once acknowledged, the zone LED will be constantly illuminated until the actuating device is restored to normal and the system is reset. 2. The audible alarm indicating appliance shall sound in a General Alarm Pattern throughout the entire facility until the system alarm acknowledge/silence switch is operated. 3. Visual indicating appliance units shall flash until the alarm acknowledge switch is operated. 4. Cause the radio transceiver to transmit an alarm signal. B. After the acknowledge switch is operated, activation of a subsequent initiating device on another zone shall cause the audible indicating appliances to resound and the visual indicating appliances to flash. C. Each alarm initiating circuit and indicating appliance circuit shall be electrically supervised. Any disarrangement of system wiring such as opens or grounds, shall activate the audible and visual trouble indicators at the control panel. Actuation of the trouble silence switch shall silence the audible trouble indicator, but the trouble LED shall remain lit. The trouble LED shall be non-canceling, except by an actual clearing of the trouble condition and restoring the trouble silence switch to normal. The trouble condition shall be transmitted by the radio transceiver. PART 2 - EXECUTION 2.1 TESTING A. Testing shall be accomplished in accordance with NFPA 72. All testing will be in the presence of the contracting officer or his/her representative. Upon completion of a successful test, the contractor shall so certify in writing to the Government. 4. CONTRACTOR RESPONSIBILITIES: 4.1 Contractor shall submit plan of action and schedule for approval prior to Notice to Proceed. 4.2 Contractor shall become familiar with the work and verify all field measurements for work to be accomplished to include: field measurements, material required and other necessary components/accessories or equipment to provide a completely tested system. Contractor shall coordinate with Base Contracting and Civil Engineering for pertinent information. 4.3 PASS AND IDENTIFICATION ITEMS: The contractor shall ensure the required pass and identification items required for contract performance are obtained for employee and non-government owned vehicles. 4.4 Contractor shall maintain a normally safe working area. All debris shall be removed on a daily basis, and removed from Altus AFB when the job is complete. Contractor shall submit at the end of the job a construction and demolition data debris collection form and return to contracting officer. 4.5 There is no identified asbestos or lead based paint issues located at the work area, nor will the contractor use these materials at the work site. 4.6 Provide plans for disposal to the Environmental Flight in advance for disposal of demolished materials. Complete provided form for documentation. Contract Requirments are as follows: LINE ITEMS - Fire Alarm Contract LINE ITEMS - Fire Alarm Contract (Conventional) SIN 561-001 Qty (Conventional) SIN 561-001 Qty BLDG 514 BLDG 524 Control Equipment Control Equipment Control Panel Monitored 1 Control Panel Monitored 1 Additional Panel (each) 2 Battery testing - lead acid 1 Annunciator LED type 1 Initiating Devices NAC Power Extender (Includes smoke detector: photoelectric Battery Testing) 3 (Includes Detector Cleaning) 1 Battery testing - lead acid 6 smoke detector: laser Initiating Devices Fire Alarm Box, Manual, Uncoded 1 Duct detector 4 heat detector: restorable 94 Supervisory Devices Fire Alarm Box, Manual, Uncoded 13 Fire Supervisory Signal, Fire Pump 6 Supervisory Devices Alarm Notification Appliances Fire Supervisory Signal, Air Pressure 28 Fire Alarm Visual Device 4 Alarm Notification Appliances Non Line Items (list below) Fire Alarm Visual Device 22 Cad Work 1 Cad Work 1 BLDG 85 Lift Rental 1 Control Equipment BLDG 172 Control Panel Monitored 1 Control Equipment Battery testing - lead acid 1 Control Panel Monitored 1 Initiating Devices Battery testing - lead acid 1 heat detector: restorable 4 Initiating Devices smoke detector: photoelectric (Includes Detector Cleaning) 40 Duct detector 5 Fire Alarm Box, Manual, Uncoded 6 heat detector: restorable 120 Alarm Notification Appliances smoke detector: photoelectric (Includes Detector Cleaning) 9 Fire Alarm Visual Device 6 Fire Alarm Box, Manual, Uncoded 8 BLDG 156 Supervisory Devices Control Equipment Fire Supervisory Signal, Air Pressure 19 Control Panel Monitored 1 Alarm Notification Appliances Battery testing - lead acid 1 Fire Alarm Visual Device 14 Initiating Devices Non Line Items (list below) heat detector: restorable 4 Cad Work 1 smoke detector: photoelectric (Includes Detector Cleaning) 40 BLDG 189 Fire Alarm Box, Manual, Uncoded 6 Control Equipment Alarm Notification Appliances Control Panel Monitored 1 Fire Alarm Visual Device 6 Battery testing - lead acid 1 BLDG 187 Initiating Devices Control Equipment Duct detector 2 Control Panel Monitored 1 heat detector: restorable 15 Additional Panel (each) 1 smoke detector: photoelectric (Includes Detector Cleaning) 2 Battery testing - lead acid 1 Fire Alarm Box, Manual, Uncoded 4 Initiating Devices Supervisory Devices Duct detector 2 Fire Supervisory Signal, Air Pressure 6 heat detector: restorable 15 Alarm Notification Appliances Fire Alarm Box, Manual, Uncoded 4 Fire Alarm Visual Device 8 Supervisory Devices Non Line Items (list below) Fire Supervisory Signal, Air Pressure 6 Cad Work 1 Alarm Notification Appliances Fire Alarm Visual Device 8 Non Line Items (list below) Cad Work 1 LIFT 1 BLDG 156 BLDG 25 Control Equipment Control Equipment Control Panel Monitored 1 Control Panel Monitored 1 Additional Panel (each) 1 Additional Panel (each) 1 Battery testing - lead acid 2 Battery testing - lead acid 2 Initiating Devices Initiating Devices Duct detector 3 heat detector: restorable 11 heat detector: restorable 75 smoke detector: photoelectric (Includes Detector Cleaning) 16 Fire Alarm Box, Manual, Uncoded 14 Fire Alarm Box, Manual, Uncoded 2 Alarm Notification Appliances Non Line Items (list below) Fire Alarm Visual Device 8 Cad Work 1 BLDG 89 BLDG 25 Control Equipment Control Equipment Control Panel Monitored 1 Control Panel Monitored 1 Additional Panel (each) 1 Additional Panel (each) 1 Annunciator graphical type 1 Battery testing - lead acid 2 Battery testing - lead acid 2 Initiating Devices Initiating Devices heat detector: restorable 4 Duct detector 5 smoke detector: photoelectric (IncludesDetector Cleaning) 40 heat detector: restorable 6 Fire Alarm Box, Manual, Uncoded 6 smoke detector: photoelectric (Includes Detector Cleaning) 5 Non Line Items (list below) Fire Alarm Box, Manual, Uncoded 6 Cad Work 1 Supervisory Devices Fire Supervisory Signal, Air Pressure 5 Alarm Notification Appliances Fire Alarm Visual Device 12 Non Line Items (list below) Cad Work 1 "END OF SOW"All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Brian Ames 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5839,send a fax to (580) 481-5138, or e-mail to: brian.ames@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. 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, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (02:00 P.M.) CDT, 15 September 2006. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR Clause 52.212-2 Evaluation of proposals The proposals will be evaluated as most advantagous to the government by looking at both price and past performance. FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), 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) which may be changed unilaterally by the Government.FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations. Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (JUL 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), General Worker, WAGE: $15.05, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); 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.fbo.gov/spg/USAF/AETC/AAFBCS/F1B3R26249A100/listing.html)
 
Place of Performance
Address: 303 J Ave, Bldg 302 Altus AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01141674-F 20060914/060912224155 (fbodaily.com)
 
Source
FedBizOpps 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.