Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
MODIFICATION

H -- Inspection, Maintenance and Testing of Fire Protection Systems

Notice Date
5/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Support Center (SUPCEN), Commanding Officer, Elizabeth City, North Carolina, 27909
 
ZIP Code
27909
 
Solicitation Number
HSCG81-10-Q-PEB136
 
Archive Date
6/27/2010
 
Point of Contact
GAYLA FLUCAS, Phone: 252-335-6404, Shawn.D.Tolson, Phone: 252-335-6434
 
E-Mail Address
GAYLA.M.FLUCAS@USCG.MIL, shawn.d.tolson@uscg.mil
(GAYLA.M.FLUCAS@USCG.MIL, shawn.d.tolson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Part 12; Acquisition of Commercial Items shall be used as supplemented with additional information included in this notice. This requirement is being solicited as a 100% Set-Aside for Small Business. The United States Coast Guard (USCG) Base Support Unit Elizabeth City intends to award Inspection, Maintenance and Testing of Fire Protection Systems. This announcement constitutes the only solicitation. Quotations are being requested under number HSCG81-10-Q-PEB136. The NAICS code is 561790. The small business size standard is $7 million. See below for the specific performance specifications. Delivery shall be FOB Destination to the U.S. Coast Guard Elizabeth City, 1664 Weeksville Road, Bldg 97, Elizabeth City, North Carolina. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Qualified technician with accredited certification on all equipment & services to meet the requirements stated herein, (3) Estimated time required to complete work, (4)Past Performance. Evaluation factors (2) thru (4) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, qualified technician, Warranty, Estimated time required to complete work, Past Performance, Security Clearance and Maintenance Availability Evaluate. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www/arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR-7, Central Contractor Registration. Offerors who are not registered with CCR may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, past performances information, completed FAR 52.212-3, and Offeror name, address, point of contact name, phone number, email address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (5) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information must be current. FAR 52.212.-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions Required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. No Numbered Notes are included in the solicitation. The date and time set for receipt of offer is June 15, 2010, no later than 2:00PM, Eastern time. Offer shall be submitted to: U.S. Coast Guard Elizabeth City, CWO Gayla Flucas, Contracting Officer, 1664 Weeksville Road, Building 35, Elizabeth City, NC 27909-5006. All questions regarding this solicitation shall be submitted in writing to the Contracting Officer state above at fax (252) 335-6540 or Email: Gayla.M.Flucas@uscg.mil. Alternate POC is SKC Shawn Tolson at shawn.d.tolson@uscg.mil or (252)335-6434 phone. A Site visit is scheduled for June 8, 2010 from 1pm to 3pm and can be arranged with David Aydlett (COTR) @ 252-335-6870. All responsible sources may submit a quote which shall be considered by the agency. The Contractor shall provide all labor, equipment, materials, transportation, and supervision required to provide annual inspection, maintenance and testing services in accordance with applicable NFPA standards for fire protection and detection systems to include, but not limited to: deluge systems, wet systems, dry systems, fire pumps, fire alarm control panels, Monaco Reporting Systems, smoke/heat detectors, pull stations, alarm bells, strobe lights, and any other associated components at the USCG Base Support Unit (BSU) in Elizabeth City, NC. Proposals shall be broken down by following Options which will be provide upon site visit or request: Option 1 - Deluge Systems (Bldgs 49, 55, 75, 77, 79 & 87) & qty (7) Fire Pumps (Bldg 50 & 85) Option 2 – Wet and/or Dry Pipe Sprinkler Systems Option 3 – Fire Alarm Systems Option 4 – Consolidation of Options 1, 2, & 3 above Option 5 – Provide labor and material rates for additional repairs above and beyond required annual inspection, maintenance and testing. Personnel General : The Contractor shall act as, or provide a, Project Manager who shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The Project Manager and any person designated to act for him shall have full authority to take prompt action in matters pertaining to Contractor administration of this contract. The Contractor shall provide names, addresses and telephone numbers of the project manager and alternatives in writing to the Contracting Officer within 7 calendar days after date of award. Also the Contractor shall provide written notice to the Contracting Officer 24 hours in advance of any change of Project Manager or alternate. Mechanic’s Qualifications & Character or Work: The Contractor shall furnish in writing to the Contracting Officer, evidence of qualifications for each of his maintenance and service employees with bid submittal. Mechanic’s qualifications shall be as follows: Sprinkler Mechanic shall have their National Institute for Certification in Engineering Technologies (NICET), Level II, current card/certification in the field of inspection and testing of water based systems. Fire Alarm Mechanic shall have their National Institute for Certification in Engineering Technologies (NICET), Level II, and current card/certification in the field of fire alarms. Mechanic inspecting and testing subject Deluge Systems shall have their National Institute for Certification in Engineering Technologies (NICET), Level III, and current card/certification in the field of special hazards suppression systems. This Mechanic shall have a minimum of 10 years experience in inspection and maintenance of “Pneumatic Rate of Rise” type systems. Fire Alarm Apprentice shall be enrolled in an electrical apprentice program and shall work under the supervision of an on site NICET, Level II, certified mechanic. Identification of Employees: Each Contractor employee shall wear a visible, identifying badge (supplied by the Contractor), on the outside of their clothing which shall include as a minimum, the person’s name, recent photograph, and name of the Contractor’s firm. The Contractor shall ensure that his personnel wear the badge in plain view at all times when performing work under this contract. Conduct of Personnel : The Contractor is responsible for the performance and conduct of his employees at all times while at BSU ECity. The Contractor may be requested by the Contracting Officer to remove from the job site any employee for reasons of misconduct or security. The removal of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the service in a timely manner. Quality Control (QC) : Quality Control is a Contractor responsibility. The Contractor shall establish and maintain efficient and effective QC to ensure conformance to contract requirements. Inspection and Acceptance : The COTR will accomplish inspection and acceptance of all work. Schedule of Work : Completion of work should be accomplished within 90 calendar days from receipt of notice to proceed. All work shall be as directed and coordinated with USCG BSU personnel. Contractor must notify COTR at least 10 working days in advance of any shutdown of utilities or testing of subject systems that could affect normal operations. The Contractor shall provide the required services between normal work hours of 0800 and 1630 Monday through Friday, except on Federal holidays. Work scheduled outside of normal work hours shall be approved by COTR. Government Facilities and Utilities : Electrical power and water are available on the site. The Contractor will be permitted to utilize these utilities in performing the work, provided that the existing systems are not overloaded. Telephone services will not be available for use by the Contractor. Materials and Locations : The Contractor shall not store any highly flammable materials in the work area. Special precautions shall be taken to ensure construction materials and debris does not enter the airfield, runways, or Taxiways. Contractor is required to comply with local VOC laws and regulations. All subject Material Safety Data Sheets shall be available upon request. Existing Site Conditions/Site Visit : The Contractor is expected to satisfy himself as to the existing conditions and the work to be performed. A Site Visit should be arranged with David Aydlett (COTR) @ 252-335-6870. Liability of Contractor : The Contractor will be responsible for any damages incurred upon government property while performing the duties required to perform this task. Safety : The Contractor is wholly responsible for work site safety. The Contractor shall implement a safety program that protects the lives and health of personnel in the construction area, prevents damage to property, and avoids work interruptions. To accomplish this end, the Contractor shall provide appropriate safety barricades, signs, signal lights, etc. as well as complying with the requirements of all Federal, State and Local safety laws, rules and regulations. Deliverables : The Contractor shall submit the applicable “Reports of Inspection and Testing” upon completion of inspections and testing. Samples of these reports can be viewed in applicable NFPA codes (i.e. NFPA 25, 409 and 72). Also, the Contractor shall place a laminated copy of the “Report of Inspection and Testing” at each of the Fire Protection Systems tested (i.e. Deluge Stations, Wet Systems, Fire Detection Panels, Fire Pumps and foam tanks) for each applicable building. The Contractor shall also submit applicable Fire Pump Test Reports and AFFF Reports after testing. The Contractor shall submit a Discrepancy report detailing any discrepancies found, recommended courses of action, and a proposal to correct the discrepancies found. Submittals : The following list of submittals required for approval defines the specific minimum requirements for this contract. Sprinkler, Deluge Mechanic (Special Hazards) and Fire Alarm Mechanic Qualifications Project Manager List of similar government Contracts & POC’s completed within past 5 years. Site Restoration and Clean Up Upon completion of the job, the Contractor shall clean up the job site, returning it to a state of cleanliness equal to or exceeding that in which it was found. The Contractor shall properly dispose of any trash, extra materials, dirt, debris, or other litter that remains. There will be no final acceptance of the contract until the appearance of the job site is approved by the Contracting Officer’s Technical Representative. Applicable Technical Manuals, Specifications, Publications and Regulations Documents applicable to this work are listed below. The Contractor shall comply with these documents to the extent necessary to accomplish the requirements of this work. NFPA 20 (Latest Edition) Fire Pumps NFPA 25 (Latest Edition) Water-Based Fire Protection NFPA 13/13A (Latest Edition) Automatic Sprinkler Systems NFPA 72 (Latest Edition) National Fire Alarm Code NFPA 96 (Latest Edition) Inspection and Maintenance NFPA 409 (Latest Edition) Standard on Aircraft Hangars OSHA (Latest Edition) Safety Technical Requirements Option 1 - Deluge Systems The Contractor shall perform all tasks associated with the annual Inspection, Maintenance and Testing of the Deluge Systems as required by applicable NFPA publications listed above. This will include but not limited to the following: All required inspection, maintenance and testing of applicable equipment (i.e. foam pumps, jockey pumps, strainers, piping, backflow preventers, check valves, compressors, etc.). Operational testing of abort stations and respective alarms (if applicable). Check all gages for correct reading and calibration. Calibrate if necessary. Trip testing of Deluge Valves using detection system. Only dry tripping of Deluge Valves is required. Actual full flow tests through existing sprinkler discharge piping and heads is not required. The exception to this would be for Hangar 55 in that trip testing will involve discharge of a mixed solution of foam/water from each test manifold. Take samples of mixed solution of foam/water and have tested by an independent lab for proper concentration (if applicable). Take samples of foam concentrate from holding tank(s) and have tested by an independent lab (if applicable). Replacement of AFFF that may have been lost during operational trip testing. New AFFF must match existing. A description of each Deluge Systems is as follows: Hangar 49 (AIRSTA Rotary Wing) – The hangar portion of this building is protected by two open head deluge systems with actuation by a pneumatic releasing line. The releasing line is equipped with combination rate-of-rise/fixed temperature thermostatic releasing devices. The water supply to these systems is boosted by two diesel driven fire pumps dedicated to this building. This system is original to the building built in 1939. Hangar 55 (AIRSTA Fixed Wing) - The hangar portion of this building is protected by 4 foam/water open head deluge systems consisting of 6” Viking deluge valves. System actuation is electrical utilizing rate-of-rise/fixed temperature releasing devices through a master control panel. There are also 3 abort stations throughout the hangar. The foam supply for these systems is from two 3,000-gallon storage tanks and two electric foam pumps. A major rehab of the deluge system was just completed – Jan 2010. Hangars 75 & 79 – (ALC Maintenance) - Each hangar portion of these buildings is protected with 4 open head deluge systems with a total of 8 – 6 inch “Automatic Sprinkler” deluge valves serving each hangar. System actuation is by a pneumatic release line with HAD’S. Systems are original to the building built in 1944. Hangar 77 (ALC Blasting & Stripping Shop) – The hangar portion of this building is protected with two open head deluge systems with Viking deluge valves. System actuation is by a hydraulic release line (wet pilot line) equipped with combination rate-of-rise/fixed temperature releasing devices. This release line serves both deluge valves indicating that the valves trip simultaneously. This system is original to the building built in 1952. Hangar 87 (ALC Paint Hangar) - The hangar portion of this building is protected by a 8” foam/water open head deluge system supplied by two 6 inch “Automatic” Model C deluge valves with 2-1/2 inch “Automatic” Model C foam deluge valve. The system actuation is by pneumatic tubing with heat-actuated devices (four circuits) controlling the primary deluge valve. Upon tripping of the primary deluge valve, a pressure switch electronically trips the sister valve and the companion foam supply valve. The foam supply is from one storage tank approximately 1000 gallons in size. This system is original to the building built in 1966. Option 1 (Cont.) - Fire Pump Systems The Contractor shall perform all tasks associated with the annual Inspection, Maintenance and Testing of the Fire Pump Systems as required by applicable NFPA publications listed above. This will include but not limited to the following: An annual test of each pump assembly under minimum, rated, and peak flows of the fire pump by controlling the quantity of water discharged through approved test devices. All pertinent visual observations, measurements, and adjustments specified in the checklists shall be conducted annually while the pump is running and flowing water under the specified output condition: At no flow condition (churn): Check the circulation relief valve for operation to discharge water. Check the pressure relief valve (if installed) for proper operation. At each flow condition: Record the pump speed in rpm. Record the simultaneous (approximately) reading of pump suction and discharge pressures and pump discharge flow. The operation of the relief valve shall be closely observed during each flow condition to determine whether the pump discharge pressure exceeds the normal operating pressure of the system components. The pressure relief valve shall also be observed during each flow condition to determine whether the pressure relief valve closes at the proper pressure. Alarm conditions shall be simulated by activating alarm circuits at alarm sensor locations, and all such local or remote alarm indicating devices (visual and audible) shall be observed for operation. Where engines utilize electronic fuel management control systems, the backup electronic control module (ECM), and the primary and redundant sensors for the ECM, shall be tested. Tests of appropriate environmental pump room space conditions (e.g. heating, ventilation, illumination) shall be made to ensure proper manual or automatic operation of the associated equipment. Parallel and angular alignment of the pump and driver shall be checked during the annual test. Any misalignment shall be corrected. Necessary adjustment of pump packing to reduce leakage. Theoretical factors for correction to the rated speed shall be applied where determining the compliance of the pump per the test. Increasing the engine speed beyond the rated speed of the pump at rated conditions is not an acceptable method for meeting the rated pump performance. Provide results (i.e. pump curves, etc.) from performance testing of pumps. A description of pumps in each building as follows: Bldg 85 Pump Station houses Qty (5) 2500 gallon/minute diesel driven fire pumps. There are three Aurora 3-stage pumps and two older Peerless pumps. Cummins engines are used to drive each pump. Each of the 5 engine/pump systems has a controller and is fueled by an individual day tank. Bldg 50 Pump Station houses Qty (2) 1000 gallon/minute (@ 75 psi) Detroit diesel driven Patterson Centrifugal fire pumps operating at 1750 RPM which supplies Fire Protection water to Hangar 49. Both engines/pumps have individual controllers and fuel is supplied via a common 280-gallon fuel tank. Bldg 50 Pump Station and equipment was installed in 1980. Option 2 - Wet and/or Dry Pipe Sprinkler Systems The Contractor shall perform all tasks associated with the annual Inspection, Maintenance and Testing of the Wet and/or Dry Pipe Sprinkler Systems as required by applicable NFPA publications listed above. This will include but not limited to the following: Make a thorough visual inspection of all system components. Check distribution piping for mechanical damage, loose hangars and leaks. Check sprinkler heads for mechanical damage, leaks, corrosion, loading and obstruction. Ensure that sprinkler head is the proper type for the area being protected and is sensitized for the proper heat range. A full water flow through the system’s main drain shall be made and static and residual pressure recorded. Flush system through the inspector’s test valve to ensure proper water quality and delivery through the wet system. Test all local and supervisory alarms. Visually check control valves for condition and proper position. Check fire department Siamese connections including caps, gaskets, clappers, and ball drips. Check and test for proper operation and mechanical condition of the alarm valve clapper, pilot valve and retarding chamber. Check priming water level and adjust as necessary (if applicable). Check air compressor (if applicable) to include proper air pressure, proper oil level, desiccant, and condition of drive belt. Add oil and/or desiccant as necessary. Drain condensate from holding tank (if applicable). Drain all low points of condensation (if applicable). Check and adjust air maintenance devices (if applicable). Complete trip test of dry pipe valve (if applicable) to include: Interior condition of the valve, clappers, latching devices, velocity check valve and facing shall be checked. The accelerator (if applicable) shall be tested. Siamese connection ball drips shall be cleaned. Operate all control valves. Upon proper operation and condition the valve shall be restored to normal service. Change oil in all lubricated air compressors (if applicable). Internally inspect all system check valves. Option 3 - Fire Alarm Systems The Contractor shall perform all tasks associated with the annual Inspection, Maintenance and Testing of the Fire Alarm Systems as required by applicable NFPA publications listed above. This will include but not limited to the following: Perform 100% functional testing and inspection of all fire alarm systems per NFPA 72. Perform a complete panel test on each FACP as per NFPA 72. Perform a complete panel test on the Monaco System including testing the signal strength with a line signal meter. Test shall verify that Monaco System is communicating properly with base station in Fire Department (Bldg 48). Perform visual inspection of the antenna and lighting suppression equipment and installation. Perform a functional test of all installed initiating device stations. Record the results individually by device and serial number (if applicable) on the inspection report. Perform a functional test of all system audio/visual (A/V) devices. Document the inspection as follows: Complete Fire Alarm Inspection report. Note discrepancies and associated code references on the report for each discrepancy. Note the condition of the system upon completion of the inspection. Option 4 – Combination of Options 1, 2, & 3 Option 5 – Provide Labor and Material Rates Contractor shall provide hourly billing rates for all crafts that may be required for necessary repairs to Fire Protection Systems. Contractor shall also include minimum charges for service calls and travel. Contractor shall provide mark up on materials.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/22/HSCG81-10-Q-PEB136/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Base Elizabeth City Bldg 97, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02159518-W 20100527/100525235111-65aaa1c4a0050101783d65f6ca721b6c (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.