Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

J -- Ammendment to Fire Suppression Systems Solicitation

Notice Date
9/25/2007
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28307-0120
 
Solicitation Number
W9124707T0015
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Point of Contact
FREEMAN T. BONNETTE, 910-907-4750
 
E-Mail Address
ACA, Fort Bragg
(freeman.t.bonnette@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(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; propos als are being requested and a written solicitation will not be issued. (ii) The solicitation number is W91247-07-T-0015 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 238220, Fire Sprinkler System Installation, and the small business size standard is $13 Million. (v) CLIN 0001: The contractor shall provide all equipment, supplies, and labor to replace fire suppression systems as per the Performance Work Statement (see paragraph vi). CLIN 0002: The Contractor is required to enter data into the Contractor Manpower Reporting (CMR) system as defined in the PWS. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each year and must be reporte d by 31 October of each calendar year. Data must be accurate and complete and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force (NOTE: If the reporting of Manpower Equivalents is not sep arately priced, insert NSP in the blank shown.) (vi) Performance Work Statement: Replace 251 fire suppression cylinders, detector links and discharge hose assemblies in Heritage Village Housing Area. The existing system is a Guardian Model 1384-S. The new system shall be Guardian Model 1384-A. The contr actor shall test each conductor to ensure operation and provide an itemized listing of non-operational units. The fire suppressing agent shall be Ansulex Wet Chemical and conform to NFPA Std. 17A for Wet Chemical Fire Extinguishing Systems. Contractor sha ll not leave a housing unit without an operational fire system. The list of housing units to be changed is in Enclosure 1. Submittals shall be required for items listed on Schedule A. Contractor shall verify all quantities, measurements and specifications. Wet Chemical: Shall conform to the requirements of National Fire Protection Association (NFPA) Standard No. 17A for Wet Chemical Fire Extinguishing Systems. Detector Link: The exposure temperature for the detector links shall not exceed the maximum tempe rature as specified on Table 4.1 of Underwriters Laboratories Incorporated (U.L.) Standard 33, Standard for Heat Responsive Links. Links shall be PHL Inc. Model Number 5730, rated for 212º F or approved equal. Discharge Piping and Hose Assembly: Rigid pipe , pipe fittings and flexible hose are provided factory assembled and installated into kitchen cabinet space. The use of copper tubing shall not be accepted. Pipe, pipe fittings and flexible hose shall comply with National Fire Protection Association (NFPA) Standard No. 17A for Wet Chemical Extinguishing Systems. The combination of pipe and flexible hose shall have been investigated by Underwriters Laboratories Incorporated (U.L.) and Listed for this service. Extinguisher Cylinder and Valve Assembly: Fully c harged with chemical and pressurized with dry nitrogen in accordance with listed requirements, pressure gauge attached to the valve assembly shall be positioned to allow visual inspection when installed within a kitchen cabinet. Maximum allowable height of container (including valve assembly and mounting bracket) shall exceed 12 inches. The container and valve assembly shall be of the re-serviceable type and provide maintenance requirements synonymous with that required for portable hand-held fire extinguis hers, according to National Fire Protection Association (NFPA) Standard 10. The container and valve assembly shall be provided factory assembled to the mounting bracket. Assembly shall inc lude a pre-mounted activation switch for the application shut-off device, actuation spring and necessary attachment for the Fire Detection Unit. (vii) This requirement is for delivery FOB (Destination) to the PWBC Operations Branch, Fort Bragg, NC. The delivery date of any resulting contract will be NLT 31 Oct 07. (viii) The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation  Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications  Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application  ORCA  at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and a re applicable to this acquisition: (5), (15), (16), (18-20), (24) and (34); paragraph c: (1), (2). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-p aragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: D FARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel W ork Product; 252.204-7004 (Alt A), Central Contractor Registration; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.c cr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) An organized site visit is scheduled for 10:00 AM Tuesday, 25 September. Location is: 206 Nathaniel Greene Circle, Raeford, NC 28376-7902. Electronic notification of attendance must be received via e-mail or fax no later than 3:00 p.m., 24 Septemb er 2007. Submission of quotes shall be forwarded by Thursday, 27 September 2007, 15:00 PM local time. (xvii) The assigned contract specialist is CPT Freeman T. Bonnette, and can be reached at 910-907-4750 or freeman.t.bonnette@conus.army.mil. You may fax your quotes to 910-396-5603 or mail to Directorate of Contracting, Bldg. 1-1333 Macomb & Armistead, Fo rt Bragg, NC 28310-5000. Direct any questions to CPT Bonnette at the aforementioned number or contact Marc Lopez at 910-907-3128. . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-2007); 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/USA/DABK/DABK07/W9124707T0015/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01421204-F 20070927/070925231739 (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.