Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

42 -- New Portable Fire Extinguishers

Notice Date
5/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-09-Q-80071
 
Response Due
5/27/2009
 
Archive Date
8/26/2009
 
Point of Contact
Point of Contact -Karen Marino, Contracting Officer, 617-494-2437<br />
 
E-Mail Address
Contracting Officer
(marinok@volpe.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This competitive combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTRT57-09-Q-80071 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-32. The NAICS Code is 922160. The Government intends to award a Firm Fixed Price Purchase Order on a competitive basis. This is a Small Business Set-Aside. The John A. Volpe National Transportation Systems Center (Volpe Center) has a requirement to purchase 280 Fire Extinguishers in accordance with the Statement of Work (SOW) below. STATEMENT OF WORK (SOW)?(BEGIN) The Volpe Center, wishes to purchase 250 portable fire extinguishers and an additional 30 extinguishers to comply with National Fire Protection Association (NFPA) 10 for Buildings 1 through 6. The Contractor shall provide services in accordance with the requirements, schedules, guidance, and information contained or referenced herein for the project listed below: PROJECT TITLE: PORTABLE FIRE EXTINGUISHERS FOR BUILDINGS 1 THROUGH 6PROJECT LOCATION: JOHN A. VOLPE NATIONAL TRANSPORTATION SYSTEMS CENTER CAMBRIDGE, MA. 02142 Government points of contact for this project are: Mr. Bill Ng, Facility Engineer A site visit is required and shall be coordinated with Ms. Karen Marino, at (617) 494-2437. Hours of Operation The Volpe Center is open from 6:30 AM to 3:00 PM Monday through Friday. These hours constitute normal working hours. The work shall be performed during normal working hours. Drawings There are no sketches or drawings accompanying this package. Scope of Work The Volpe Center has completed their annual portable fire extinguisher (PFE) inspection. The Volpe Center is comprised of 6 Buildings: Building 1 has a total of 123 extinguishersBuilding 2 has a total of 15 extinguishersBuilding 3 has a total of 56 extinguishersBuilding 4 has a total of 29 extinguishersBuilding 5 has a total of 5 extinguishersBuilding 6 has a total of 22 extinguishers Total 250 portable fire extinguishers (PFE) were inspected. Upon inspection, 2 ? 10lb ABC extinguishers will require 6 year maintenance, 108 - 10lb ABC extinguishers require hydro testing and refill along with valves and o-rings. After reviewing the final report, the Volpe Center would need to service the final 140 PFE in the next several years. The Volpe Center desires to purchase 250 new PFE rather than servicing the 110 PFE that need service and the140 PFE which will require service in the next few years. This approach would provide the Volpe Center with a base-line throughout the Volpe Center Campus, thus eliminating the need to swap out PFE every year. With this approach the Volpe Center will have PFE for the next 6 years, with only inspection every year. The contractor shall remove all existing PFE at the Volpe Center and install all new PFE with the appropriate inspection certificates. The contractor must be able to read the exiting bar code for each PFE and provide a report of its location and present condition. The existing bar code format is 3 of 9 with a minimum of 8 digits that comprise a unique serial identifier within the Web-based Reporting System. The report shall be downloadable in rich text format or Microsoft Word. In addition, the following were recommendations for each Building to comply with NFPA 10. The Contractor will provide the following additional 30 new PFE with the appropriate inspection certificates and mounting. Building 1 2 ? New AA20, 20 lb ABC extinguisher to replace 2 -10 lb ABC in the elevator machine room.1 ? New FE-13, 13 lb Clean Guard extinguisher to replace the 10 lb ABC in the TIMS lab on the 5th Floor.1 ? New FE-13, 13 lb Clean Guard extinguisher to replace the 10 lb ABC in the Command Center Room 141.1 ? New FE-13, 13 lb Clean Guard extinguisher to be added to Room 618 Building 2 3 ? New A10H, 10 lb ABC extinguisher to be added in various locations with signage and mounting. Building 3 4 - New FE-13, 13 lb Clean Guard extinguisher to replace the 4 - 10 lb ABC in Computer Room 037 and 037A.1 ? New AO5, 5 lb ABC extinguisher in kitchenette Room 271B4 - New FE-13, 13 lb Clean Guard extinguisher to replace the 4 of 7 - 10 lb ABC in M.O.C. Pit1 ? New FE-13, 13 lb Clean Guard extinguisher to be added to the Multi Media Room 0282 ? New FE-13, 13 lb Clean Guard extinguisher to replace 2 ? 10 lb ABC in the ETMS Room 140A and 140-13 ? New 331, 15lb CO2 extinguisher to be added in the tunnel. Building 4 1 ? New FE-13, 13 lb Clean Guard extinguisher to replace the 10 lb ABC in the Computer Room 143 Building 5 2 ? New 331, 15lb CO2 extinguisher to be added in various locations in the boiler room. Building 6 2 ? New 331, 15lb CO2 extinguisher to be added in the electrical room.2 ? New FE-13, 13 lb Clean Guard extinguisher to be added Room 105 and 109 Materials The contractor shall provide all new PFE, certificates, material and labor to mount the new PFE and remove of all existing PFE. All new extinguishers shall come with their respective mounting brackets. Preparation Notify the Volpe Center?s Facilities point of contact when the work is to be performed so Security can be notified to determine if additional security is required. A day?s notice would be appropriate. Move furniture/items as necessary to gain access to accomplish the work. This may require sliding desks and cabinets forward and back again when the work is completed. The Government upon request will move computer equipment and special items. Cleanup Return the furniture back to its original positions and clean up any debris caused by the work in this order. Remove the material at the end of each workday. STATEMENT OF WORK (SOW) --- (END) Proposal Pricing: The Contractor shall provide pricing in accordance with the above SOW. Proposals shall include unit pricing. The items are as follows: CLIN 0001 Portable Fire Extinguisher AH10, Quantity 250, Unit Price$__________, Total Price $___________; CLIN 0002 Portable Fire Extinguisher AA20, Quantity 2, Unit Price $___________ Total Price $ __________; CLIN 0003 Portable Fire Extinguisher FE-13, Quantity 17, Unit Price $__________ Total Price $__________; CLIN 0004 Portable Fire Extinguisher A10H, Quantity 3, Unit Price $__________ Total Price $___________; CLIN 0005 Portable Fire Extinguisher AO5, Quantity 1, Unit Price $__________ Total Price $___________; CLIN 0006 Portable Fire Extinguisher 331, Quantity 7, Unit Price $ __________ Total Price $____________. CLIN 0007 Certificates, Quantity 280, Unit Price $__________ Total Price $__________. CLIN 0008 Installation and Removal, Total Price $__________. Please provide a total price for CLINs 0001 through 0008 $______________. Instructions to Offerors: The signed offer must be submitted electronically via e-mail to Karen.Marino@dot.gov no later than 2:00 P.M. EST on May 27, 2009. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference; An award will be made to the Offeror whose offer is considered to be the most advantageous to the Government, based on price. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.arnet.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-09-Q-80071/listing.html)
 
Record
SN01820171-W 20090517/090516161936-0f5be0438f1f8c5cfee8ac539c29c2e4 (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.