SOLICITATION NOTICE
N -- Installation of Fire Suppression System
- Notice Date
- 9/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 75th CONS/PK, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- F2DTAG9189A001
- Archive Date
- 10/10/2009
- Point of Contact
- Colleen Koon, Phone: 8015868604
- E-Mail Address
-
colleen.koon@hill.af.mil
(colleen.koon@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis and solicitation for the Installation of Fire Suppression with Dry Chemical & Clean Agent application. Full and Open Competition. STATEMENT OF WORK (SOW) INSTALL FIRE SUPRESSION SYSTEM AND CHECK EXISITING ALARM SYTEM 1. PURPOSE: This SOW lists requirements to install three separate suppression systems and check the operation of the existing alarm system located at Granite Peak ESS on the Utah Test and Training Range. 2. REQUIREMENTS: The contractor shall implement the requirements of this SOW to install three fire suppression systems and check the operation of the fire alert system installed at Granite Peak ESS on the Utah Test and Training Range (UTTR), Dugway, Utah. 3. QUALITY CONTROL: Government representative will make periodic inspections as the work proceeds. 4. WORK TO BE ACCOMPLISHED: a. Operational test of existing Notifier SFB-400B fire alert system to include manual pull boxes, smoke and heat detectors, and audio/visual alarm system at the Granite Peak ESS facility to include all attached trailers. If required add Digital Alarm Communicator Transmitter to system. Required phone lines will be installed by separate contractor. Load test the stand-by power supply to verify proper operation. Provide a written report to the Granite Peak QAE. b. Install a clean agent fire suppression system to protect the two work areas described below. Connect to the existing building fire alarm system and provide a manual actuator and a manual abort station for each work area. First Work area - Two Rooms 40'-0 x 10'-7" x 8'-0 ( North) 3424 cubic feet 40'-0" x 8"-6" x 7'-6" avg (South) 2550 cubic feet Second Work area- Maintenance Building 15'-5" x 18'-8" x 11'-0 3206 cubic feet With 78" Wide mezzanine area c. Install a dry chemical fire suppression to protect an open kitchen area described below. Connect to the existing building fire alarm system and provide a manual actuator and a manual abort station for kitchen area. Open Kitchen area 17'-9" x 10'-10" x 7"-10" high Open Doorway- Two Each 3'-0" x 6'-8" d. All work will be performed in accordance with applicable codes including NFPA 72 and 2001, Uniform Fire Code, and U.L. Listing guidelines. Bid Items: 1. Install a dry chemical fire suppresion to protect an open kitchen area described below. Connect to the existing building fire alarm system and provide a manual actuator and a manual abort station for kitchen area: Open area : 17'-9"x 10'-10"x 7'-10" High Open doorway: 2 ea 3'-0" x 6' x 8" 2. Install a Clean Agent Fire Suppression system in the work area below. Connect to the existing building fire alarm system and provide a manual actuator and manual abort station Work Area - 2 rooms (dimensions below) 40'-0" x 10'-7" x 8'-0"(North)3424Cub ft 40'-0" x 8'-6" x 7'-6" (South) 2550 cub ft 3. Install a clean agent fire suppression system to protect the work area described below. Connect to the existing building fire alarm system and provide an manual acturator and manual abort station for work area Work area: Maintenance Building 15'-5" x 18'-8" x 11'-0" 3206 cub ft with 78" wude mezzanine area 4. Test current alarm system at Granite Peak ESS Facility including all attached trailers: A)Test each pull station to ensure that they provide visual and audio notification of an emergency. B)Test & Ensure that upon fire alarm notificaiton that the Duway Police desk is notified at number 2929 by automatic means C)Test each smoke/fire detector to ensure that when activated alerts site personel by visual/audio means to an emergency. D)Develop a plan to incorporate TRAINS building with fire'smoke detectores so that it is wired into main site system to provide the same warnings as in the main facility. Upon completion of the project the contractor will submit a written report to site Quality Assurance Evaluator stating the current condition of the fire alarm system. Please bid as OPTIONS: 5. Install Digital Alarm Communicator (if required) 6. Perform sensitivity testing of smoke detectors 7. Provide and install 3 fire smoke dampers This synopsis and solicitation is 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 and therefore quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ)F2DTAG9189A001. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) http://www.bpn.gov/. This procurement is being issued as Full and Open competition for North American Industrial Classification Standard (NAICS) 424690 and business size standard not to exceed 100 people. The following provisions and clauses are in effect through Federal Acquisition Circular 2005-33. The following provisions and clauses apply to this acquisition FAR 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26. Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities, 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.239-1, Privacy or Security Safeguards,52.222-25, Affirmative Action Compliance, 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference, 52.247-34, F.O.B. Destination; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program, 252.227-7015, Technical Data--Commercial Items, 252.227-7037, Validation of Restricteve Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Colleen Koon by fax (801)-777-0632 or via email, colleen.koon@Hill.af.mil or mailed to 6038 Aspen Avenue, BLDG 1289 NE, Hill AFB, UT 84056. Quotes are required to be received no later than 3:00 PM MST, Friday 25 September 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/F2DTAG9189A001/listing.html)
- Place of Performance
- Address: 1010 Avery Road, Dugway, Utah 84022, Hill Air Force Base, Utah, 84075, United States
- Zip Code: 84075
- Zip Code: 84075
- Record
- SN01966136-W 20090924/090923002834-7adbf8c7c30170d0dfc7fbda821dfc28 (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 |