Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

63 -- Emergency Sound System Maintenance (Giant Voice)

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction 580 Goodfellow Street, Peterson AFB, CO, 80914-1648, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2517-07-T-6077Amendment
 
Response Due
9/12/2007
 
Archive Date
9/27/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Note: This is an amendment to the original solicitation that was posted on 31 Aug 2007 with a response date of 7 September 2007. This is to extend the response date for this solicitation to allow for technical inquiries to be addressed and a site visit to be conducted. The site visit will be held on Monday, 10 September 2007 at 1 p.m. All interested vendors need to submit the following information by 10 a.m. on Monday, 10 September: a)Full Name b)Date of Birth or Last 6 digits of SSN. It is the vendor's responsibility to ensure that driver has a valid driver's license, up to date insurance information, and valid vehicle registration. Passes shall be picked up at Peterson AFB North Gate located on Peterson Blvd. Vendors should meet at 12:45 p.m. at: 135 Dover St, Suite 1055 Peterson AFB, CO 80914-1117 Above information and/or any questions should be directed to Rachelle Crevoiserat at (719)556-2195. COMBINED SYNOPSIS/SOLICITATION Giant Voice Emergency Sound System Maintenance and Repair (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (II) This solicitation is issued as a request for quote (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number FA2517-07-T-6077. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. (IV) This solicitation is a Service Disabled Veteran Owned Small Business set-aside. North American Industry Classification System (NAICS) code is 811213 (Small Business Size Standard is $6.5M). (V) This combined synopsis/solicitation is for the following service: Preventative and Remedial Maintenance for the Giant Voice Emergency Sound System. Summary of Services: STATEMENT OF WORK PREVENTIVE AND REMEDIAL MAINTENANCE FOR: GIANT VOICE-EMERGENCY SOUND SYSTEM 23 AUGUST, 2007 1.0 Description of Services: The contractor shall be responsible for maintenance services as described herein. The contractor shall provide non-personal service including all management, supervision, transportation, tools, parts, freight, rentals and labor necessary to provide repairs to the Giant Voice/Emergency Sound System (Whelen 2804 emergency sound system) at Peterson AFB CO., and provide two preventative maintenance inspections per year (semi annually) to include test of the system. 1.1 These shall be comprehensive field tests of the entire system and central control tests from both primary and alternate locations. The contractor shall monitor and perform checks on at least one of the five towers monthly on a rotating basis. 1.2 The contractor shall maintain a complete inventory of replacement parts and respond onsite within a two hour time period during normal business hours except federal holidays to any service call as needed. 2.0 Government Furnished Property & Services: Maintenance of Government Furnished Equipment (GFE) (Whelen Broadcast System and proprietary software) in buildings 845 (Primary Wing Ops Center) and 1158 (Alternate) and the five emergency broadcast towers. 2.1 The contractor shall be able to maintain this equipment so that it operates within manufacturer specifications and broadcasts the emergency signals, warnings and the prescribed music throughout the base. All requests for maintenance of the Giant Voice System will be initiated by 21 SCS/SCOI, 556-0177. 3.0 Service Summary: The contractor is responsible for identifying any worn or defective parts, which require replacement. Parts will be priced as a separate line item on invoices. 3.1 Any repair exceeding $2,500.00 will require an estimate of repairs to be submitted to the 21st Contracting Officer for written approval. Repairs less than $2,500.00 will only require verbal approval from 21 SCS/SCOI. Parts exceeding the $2,500.00 annual limit will require prior approval from 21 SCS/SCXP. 3.2 Maintenance service shall consist of completely restoring the system to normal operations. 3.3 Damage to equipment caused by accident, misuse, abuse, fire, water, fluctuation of electrical power or acts of God are excluded from the agreement. 3.4 Agents of the contractor will initiate a service report for each item serviced. The report will include model and serial number, location, repairs accomplished, time expended, itemization of parts replaced, nomenclature and unit price. It shall be signed by a responsible person of the using agency. The POC for this requirement is Lt. Drexel and can be reached at (719) 556-0177. The user?s signature will indicate inspection and acceptance of services performed. The contractor will provide one legible itemized copy of each service report to Lt. Drexel within 24 hours after completion of service performed. Itemized receipts may be sent by fax or mail. However, fax is the most preferred method. The fax number Lt. Drexel may be reached at is (719) 556-7923. The mailing address is as follows: 21 SCS/SCOI Attn: Lt. Drexel 175 E. Stewart Ave Peterson AFB, Co 80914 3.5 Technical solutions and cost estimates outside the scope of this statement of work shall be submitted in writing and itemized to the 21st Contracting Squadron. The fax number for this office is (719) 556-4538. The POC?s for this contract are Carol Ditmer, (719) 556-0232, or TSgt Jamie Dufrene at (719) 556-4552. 3.6 Only new standard parts and/or materials that are the same or are of equal or better quality (without alteration) with new parts shall be used in performing repairs. Installed parts shall become the property of the Government. Parts which have been removed shall become the property of the contractor and must be removed from the installation at the expense of the contractor. 4.0 Safety and Security: The contractor shall conduct all installations and maintenance activities to comply to the maximum extent practicable with the terms and conditions of the commercial market place. Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor?s compliance or noncompliance with such responsibilities. 5.0 Personnel: The contractor shall ensure that all services under this contract are performed by competent certified personnel who have completed applicable maintenance courses. Certifications of all personnel involved must be provided to Lt. Drexel, (719) 556-0177, before beginning any work 6.0 Inspection, Testing, and Maintenance Tasks: Only personnel trained and qualified in the maintenance and repair of mass notification systems will perform inspection, testing, and maintenance tasks. Most types of mass notification systems use technology commonly found in fire alarm systems or outdoor voice and siren warning systems (hereafter referred to as Giant Voice systems), and similar maintenance skills are needed. 6.1 Unless specific manufacturer training is available for a mass notification system, personnel shall be considered qualified if they have achieved a National Institute for Certification in Engineering Technologies (NICET) Level III or Underwriters Laboratories, Inc. (UL) certification level. 6.2 Tasks must be performed according to manufacturers? instructions. Certain jurisdictions may require varying levels of continuing education to maintain recognized qualifications. Overseas locations should contact their command fire protection engineering office for guidance on appropriate qualifications. 6.3 The contract manager and alternate must be able to read, write, speak and understand English. 6.4 The government is authorized to restrict the employment under the contract of any contractor employee or prospective contractor employee who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its populations. 6.5 The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian. 7.0 Maintenance Approval 7.1 The contractor shall not undertake any maintenance requiring the operation of a crane or perform any digging without the prior written consent of Base Civil Engineering (BCE), Base Operations and any other authority as required by the standards and rules applicable to construction on the Base as prescribed by the government before or after the effective date of this Contract. 7.2 As a prerequisite to obtaining such approval, the Contractor shall submit to the Civil Engineering Office, 556-4030 such drawings, plans, and other relevant data as may be requested by the government, including but not limited to three sets of drawings showing typical service entrances, antenna tower sites, technical center location and other related details. 7.3 At the completion of any construction, installation or maintenance resulting in changes in cable routing, wiring or other significant change in facilities and equipment, the Contractor shall submit drawings or other appropriate documents to Base Civil Engineering, 21 CES/CEC, 556-7515 and 21 Space Comm. Sq, 21 SCS/SCXY, 556-3797 indicating such changes. An informational copy shall be submitted to the 21 SCS/SCOI. 7.4 The contractor shall verbally notify and receive approval from the Wing Ops Center Duty Officer before any live testing of the system. The POC for notification is also Lt. Drexel. 7.5 The provisions of paragraph 7.1 shall not apply to routine maintenance and repair not involving the installation, removal or repair of aboveground or belowground cables, poles or conduit. (VI) The Government intends to award a single, Firm Fixed Priced Contract resulting from this solicitation. (VII) Service to be performed at Peterson AFB, Colorado. Period of performance beginning on the date of award for one year, with the option of extending the contract for one year at a time for a total of four additional years. (VIII) FAR 52.212-1 Instructions to Offerors- Commercial Items (Jan 2004), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a brief capability statement describing qualifications to perform requirements listed in the above. (IX) FAR 52.212-2, Evaluation?Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price, technically acceptable, and meets the requirements of service listed above. (X) The offeror must have completed Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (May 2004). The web site address is https://orca.bpn.gov/. Offeror must also have completed registration in Central Contract Registration (CCR) , http://www.ccr.gov/. See paragraph XII . Invoicing is accomplished via Wide Area Workflow (WAWF), https://wawf.eb.mil/. Registration in all three is required prior to award. (XI) FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviations) (August 2007). Additional FAR 52.212-5 clauses cite in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; and 52. 232-33, Payment by Electronic Funds Transfer__Other Than Central Contractor Registration. (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.252-2, Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; DFARS 5352.232-9101, Ombudsman. 52.217-9, Option to Extend the Term of the Contract (30 days prior to expiration of contract); 52.217-8 Option to Extend Services (15 days prior to expiration of contract). (XIV) Quotes are required to be received no later than 1:00 pm Mountain Standard Time, Friday, 7 September 2007, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; tax id; itemized quote (base year and option years prices separately and a grand total); brief capability and experience statement; statement that ORCA, CCR, and WAWF registrations are complete; (See paragraph X above). Quotes shall be delivered via email to rachelle.crevoiserat@peterson.af.mil. (XV) Please direct any questions regarding this solicitation to Rachelle Crevoiserat at Rachelle.Crevoiserat@peterson.af.mil.
 
Place of Performance
Address: Peterson AFB
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01398864-W 20070909/070907221603 (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.