Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

J -- This procurement is being issued to remove and replace a foam tank bladder

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-10-T-0025
 
Response Due
3/23/2010
 
Archive Date
5/22/2010
 
Point of Contact
Mona Morin, 401-275-4248
 
E-Mail Address
USPFO for Rhode Island
(mona.morin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemental 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. This requirement is being issued as a Combined Synopsis/Solicitation, number W912LD-10-T-0025. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combines synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and through Department of Defense Acquisition Regulation Change Notice 20100305. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil//vffar1.htm. Request for Proposals (RFP) are due March 26, 2010 at 1100 EST. The RFP will result in a firm fixed price contract. This solicitation is 100% set-aside for small business. The North American Industry Classification System for this acquisition is 238220. The small business size standard is $14.0MIL (average over three year period). PROJECT DESCRIPTION: This procurement is being issued to remove and replace a foam tank bladder: (1)Drain any remaining High Expansion Foam (HEF) from foam concentrate tank (approximately 50 gals), flush foam tank. Remove foam tank bladder and perform internal inspection of tank for corrosion and cracks. Perform hydrostatic test on tank. Replace foam tank bladder with new bladder*. (Tank model #, 419189, manufactured by Ansul. Bladder part # 419194). Follow manufacturer instructions in Ansul PN74177 Bladder Tank Maintenance manual. Remove and replace conduit and wiring to HEF flow switch as necessary to facilitate bladder removal; Refill foam concentrate tank with Ansul JetX 2 3/4% HEF solution (Government furnished). Strain HEF solution before refilling to verify no particles from old tank in solution; (3) Conduct proportioner HEF flow test to ensure proper system function and HEF solution mixing. Comply with UFC 360002 Inspection and testing of Fire Protection systems. Take test sample of discharged HEF solution and have it tested to verify solution is not less than 2 3/4% HEF to a maximum of 3%. Refill foam concentrate tank with Ansul JetX 2 3/4% HEF solution to replace amount lost during test (Government Furnished). The length of foam test is critical in determining amount of foam necessary for replacement. Coordinate flow test time and duration with Fire Department, Civil Engineering, Environmental Engineering and Facility 575 Building Manager; (4) Clean up area of hangar and fire protection equipment room affected by HEF discharge test. Foam to be washed out to aircraft parking apron. Foam is not to be flushed down to drain; (5) Inspect foam concentrate strainers and foam generator strainers after flow test and clean; (6) Perform a functional test of the HEF and fire alarm panel to include all flow switches on the HEF system; (7) Provide a list of all inspections, test results and corrective actions to Contracting Officer. Use the following to perform the above Statement of Work: (a) Ansul PN74177 Bladder Tank Maintenance manual; (b) Ansul JetX 2 3/4% MSDS and data sheet; (c) Drawing FP006 Dated 060401; (d) Ansul Foam testing procedures; (e) UFC360002 Inspection and testing of Fire Protection systems http://www.wbdg.org/ccb/DOD/UFC/ufc_3_600_02.pdf. *Contractors technician performing bladder tank replacement shall have prior documented experience in foam bladder tank replacement. Contractor is to provide/submit such documentation with their quotation. An organized site visit will be conducted on March 19, 2010 at 1000 EST. Firms shall meet at the 143 Base Civil Engineering Conference Room, 2 Hercules Drive, North Kingstown, RI. Firms shall contact CMSgt Dennis Petit (dennis.petit@ang.af.mil or 401-886-1225) by March 18, 2010 to gain base access. Submit your proposal to RI Air National Guard, ATTN: SMSgt DiLustro, 330 Camp Street, Providence, RI 02906 on March 26, 2010 no later than 1100 EST. Questions pertaining to this solicitation can be directed to SMSgt Stephen DiLustro at Stephen.dilustro@us.army.mil or 401-275-4270 and must be submitted no later than March 23, 2010. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in offerors proposal, 52.212-2 Evaluation of Commercial Items. Award will be made on the basis of the lowest evaluated price and past performance of the proposal meeting or exceeding the acceptability standards for non cost factors. The offerors must have electronic funds transfer capability and be registered in Wide Area Work Flow Vendor Self Registration, http://wawf.eb.mil/. Firms shall submit invoices electronically. The following FAR Clauses and provisions apply to this combined/synopsis solicitation and are incorporated by reference: FAR clauses 52.204-9, 52.212-1, 52.212-3 ALT I, 52.212-4, 52.212-5 (Dev), 52.219-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.223-3, 52.223-5, 52.225-13, 52.232-1, 52.232-11, 52.232-25, 52.232-33, 52.233-1, 52.233-3, 52.243-1, 52.246-1, 52.246-16, 52.246-17, 52.247-34, 52.249-1, 52.252-1, 52.252-2; DFAR clauses 252.212-7001 (DEV), 252.204-7004 ALT I, 52.233-7006, 252.243-7001, 252.232-7003. 52.212-2, Evaluation -- Commercial Items (Jan 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance (see FAR 15.304). (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-10-T-0025/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02093423-W 20100318/100316235046-f42e07ce62ffb44cb91608a07a703eb2 (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.