Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

H -- Certify Hazardous Material Conex Box Facilities

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-06-Q-0330
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N00181-06-Q-0330. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 2000808. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acnet.gov/far and www.acq.osd.mil/dpap/dfars/dfars/index.htm. The NAICS code is 541620, SIC Code is 8999 and the Small Business Standard is 500. The FISC Norfolk Naval Shipyard Maritime Industrial Branch requests responses from qualified sources capable of certifying eight (8) hazardous material conex box facilities, dry chemical fire suppression systems. The government anticipates awarding a contract for one base year with four (4) one year options. Each facility is to be re-certified every 6 months in accordance with the following specifications: 1.1. Job Title/Work Item Description. Hazardous-material Facilities Certification 1.2. Est. Start Date: ASAP 1.3. Est. Min. Contract: 1-YEAR 1.4. Est. Max. Contract: 1 Base YEAR PLUS 4 OPTION YEARS 1.5. Haz-mat Facility Locations (8-EA Locations): 3-EA at Bldg #1499,1-EA in Bldg #202, 2-EA @north side of dry dock #8,1-EA @bldg 300-H, and 1-EA inside of bldg W-130 at Naval Operations Base in Norfolk. 2. GENERAL REQUIREMENTS 2.1. Inspect and certify the Dry Chemical fire suppression systems in all eight (8) Hazardous-material Facilities: 2.2. The Certification Inspections are to be done Semi-annually. 3. Dry Chemical Fire Suppression System Equipment 3.1. Provisions: 3.1.1. Government shall provide 1 person to escort the contractor to each of the facilities for Certification. 4. CERTIFICATION SPECIFICATIONS 4.1. Terms 4.1.1. At least semiannually, maintenance shall be conducted in accordance with the manufacture?s listed installation and maintenance manual. 4.1.2. As a minimum, such maintenance shall include the following; a) A check to see that the facility has not changed. b) An examination of all detectors expellant gas container(s), agent container(s), releasing devices, piping, hose assemblies, nozzles, signals, and all auxiliary equipment. c) Verification that distribution piping is not obstructed. d) Examination of the dry chemical (If there is evidence of caking, the dry chemical shall be discarded and the system shall be recharged in accordance with the manufacture?s instructions. 4.1.3. Where semiannual maintenance of any dry chemical containers or system components reveals conditions such as but not limited to, corrosion or pitting in excess of the manufacture?s limits, structural damage or fire damage, or repairs by soldering, welding, or brazing; the affected part(s) shall be replaced or hydrostatically tested with NNSY approval IAW the recommendations of the manufacturer or listing agency. The hydrostatic testing of dry chemical containers shall follow the applicable procedure outlined in section 4.1.4. 4.1.4. Hydrostatic Testing: Persons trained in pressure-testing procedures and safeguards and having available suitable testing equipment, facilities, and an appropriate service manual(s) shall perform hydrostatic testing. 4.1.5. All dry chemical systems shall be tested, which shall include the operation of detection system, signals, and releasing devices, including manual stations and other associated equipment. 4.1.6. Where the maintenance of the system(s) reveals defective parts that could cause an impairment or failure of proper operation of the system(s), the affected parts shall be replaced or repaired with NNSY approval in accordance with the manufacture?s recommendations. 4.1.7. The maintenance report, including any recommendations, shall be filed with code 970 with the designated party responsible for the system(s). 4.1.8. Each dry chemical system shall have a tag or label indicating the month and year the maintenance is performed and identifying the person performing the service. Only the current tag or label shall remain in place. 4.1.9. Fixed temperature-sensing elements of the fusible metal alloy type shall be replaced at least annually from the date of installation. 4.1.10. Upon removal, the links shall be destroyed. 4.1.11. The year of manufacture and the date of installation of the fixed temperature-sensing element shall be marked on the system inspection tag. 4.1.12. The tag shall be signed or initialed by the installer. 4.1.13. Fixed temperature sensing elements other than the fusible metal alloy type shall be permitted to remain continuously in service, provided they are inspected and cleaned or replaced if necessary in accordance with the manufacture?s instructions every 12 months or more frequently to ensure proper operation of the system. The following FAR provision and clauses are applicable to this procurement : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (14), (15), (16), (17), (18), (19) and (20). Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications-Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (252.225-7001). The following additional clauses apply of which a copy will be supplied upon request: Hazardous Chemical Exposure, Access to NNSY by Delivery Personnel, NNSY Security Requirements are as follows: 1. Vendors/Contractors must forward all badge requests on their company letterhead signed by an authorized company officer. 2. They must provide FULL Name, Full SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting badges are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file. They must also state the specific reason for the badge request and the specific date(s) for which they are requesting access to NNSY. 3.) Heightened emphasis. If the person for whom the vendor/contractor is requesting a badge was born in a foreign country, that person must bring positive documentation of U. S. citizenship to the pass office in addition to the company letter. This happens fairly regularly, especially in a military area such as Hampton Roads where many children of former military members were born in foreign countries. The additional documentation can be a birth certificate, passport or other military documentation of U. S. citizenship. Once presented, it will be entered in the database and be available for future use. 4.) If the person for whom the vendor/contractor is requesting a badge is a naturalized U. S. citizen, that person must bring their original naturalization papers with them to the pass office in addition to the aforementioned company letterhead. This announcement will close at 1:00 PM on 26 September 2006. Contact Damita Boney-Nichols who can be reached at (757) 396-8345 or email boneynicholsdj@nnsy.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Number Note 1 applies. 52.212-2 Evaluation-Commercial Items is applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at www.ccr.gov/. 52.222-4 Contract Work Hours and Safety Standards Act-Overtime Compensation is applicable. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Email responses or facsimile (757) 396-8368 to this notice will be acceptable.
 
Place of Performance
Address: Various
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01154097-W 20060927/060925221104 (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.