Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

42 -- Fire Department Equipment Maintenance - Combined Synopsis/Solicitation

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3E21082A001
 
Archive Date
8/2/2011
 
Point of Contact
Wendell D. Gibson, Phone: 0114401638522174, Christopher Rene Davalos, Phone: 01638 52 2252
 
E-Mail Address
wendell.gibson@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil
(wendell.gibson@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Combined Synopsis/Solicitation RFQ - Fire Department Equipment Maintenance - Reference (F3B3E21082A001) Requesting Agency: 100th Civil Engeneering Quadron - 100 CES/CEF RAF Mildenhall, Mildenhall, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom This is a combined synopsis/solicitation for a commercial service 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; quotes are being requested and a written solicitation will not be issued. This solicitation is subject to FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This solicitation is issued IAW FAR Parts 12 and 13.5 as a Request for Quotation (RFQ) utilizing Full and Open Competition and best value procedures to solicit and evaluate quotations. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3E21082A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 238990, All Other Specialty Trade Contractors. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011 and Defense Federal Acquisition Regulation DPN 20110608 effective 8 June 2011. Potential bidders are to provide a quote for the services outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.245-1 Alt I Government Property 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes shall be quoted in United States Dollars ($) and must be valid for a period of no less than 60 days. 4. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 5. Quote shall include a unit price and total price for the following bid schedule: CLIN 0001 - Provide service of fire department equipment in accordance with the Statement of Work (SOW) to include: SCBA units/additional equipment, fit testing/ testing of cylinders, confined space equipment, air source cart with hose-lines, compressors, air testing, level A suit testing, Posi-Check calibration, ladder testing, pump testing, compressor ops training, hydraulic rescue tools spare parts as needed. The contractor will provide maintenance IAW with attached SOW. The attached performance based work statement is being provided IAW section 801, 10 USC 2330. Any contract or task order resulting from this request is to be acquired using performance based principles at RAF Mildenhall in accordance with the attached SOW. Period of Performance: 01 February 2012 - 01 March 2012 Quantity: 1 Each Unit Price: tiny_mce_marker______________ Total Price: tiny_mce_marker______________ 6. All payments made under this contract will be made in United States Dollars ($). 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 18 July 2011. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2174, or sent via e-mail to SSgt Wendell D. Gibson, wendell.gibson@lakenheath.af.mil; or SSgt Christopher Davalos, christopher.davalos@lakenheath.af.mil D. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addenda to FAR 52.212-1 of 1.) Price and 2.) Technical Qualification. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics, will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors for price and technical qualification as required under the addendum to 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraph C5 above. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process, will not be considered for award. (c) Award Determination: As a result of the Government's aforementioned evaluation, only those vendors whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Wendell D. Gibson TEL: 01638-52-2235 or EM: wendell.gibson@lakenheath.af.mil Secondary Point of contact: Contracting Specialist: Christopher Davalos TEL: 01638-52-2252 or EM: christopher.davalos@lakenheath.af.mil Attachment: Attachment 1, Statement of Work ATTACHMENT 1 | STATEMENT OF WORK MAINTENANCE AND REPAIR FOR FIRE DEPARTMENT EQUIPMENT 1. DESCRIPTION OF SERVICES: The contractor shall provide maintenance testing and documentation of all fire department equipment. All services shall be conducted on base and any deviation shall require preapproval by the Contracting Officer. The contractor shall provide the services listed below, Appendix A Estimated Equipment List. 2. CERTIFICATION REQUIREMENTS: All services shall be performed in accordance with the inspection and testing set forth by the manufacture and certification requirements of the National Institute for Occupational Safety and Health (NIOSH), National Fire Protection Association (NFPA), Occupational Health and Safety Administration (OSHA), and all applicable Air Force Occupational Safety and Health (AFOSH) standards. Contractor will be MSA C.A.R.E. Facility, Bauer and Holmatro certified and provide a USDOT RIN#. 3. FACILITY /EQUIPMENT REQUIREMENTS: Government facilities will be provided to the contractor at the Fire Station, building 669. The contractor will be provided an area to perform all duties as well as a computer to access the ACES-FD program. The contractor may use government furnished equipment specific for testing a piece of equipment. Any damage to the facility, equipment or computer under the use of the contractor shall be paid for by the contractor. A vehicle will be provided to the contractor to move equipment and transport between lodging and the work site. 4. MAINTENANCE AND TESTING 4.1 SCBA MASKS: Contractor shall provide service, inspection, and maintenance of all MSA masks to include confined space masks. All repairs and maintenance shall be in accordance with MSA manufactures recommendation and NFPA 1852: Standard on Selection, Care, and Maintenance of Open-Circuit Self-Contained Breathing Apparatus (SCBA). 4.2 INSPECTION OF CYLINDERS: Contractor shall provide a thorough inspection of all SCBA cylinders to include all confined space cylinders in accordance with MSA manufacturer guidance. The contractor personnel shall be certified by MSA to provide technical services for all SCBA's. 4.3 CONFINED SPACE EQUIPMENT TESTING: Contractor shall provide inspection, testing, maintenance, and recertification of confined space equipment In accordance with manufactures recommendations. Service shall be conducted onsite and include an inventory of all systems, locations and dates on supply and demand hoses. 4.3 AIR CART AND HOSE TESTING: Contractor shall inspect, test, repair and recertify all components of the MSA confined space air cart to include all hose equipment In accordance with manufactures recommendations. 4.4 COMPRESSOR SERVICING: Contractor shall provide inspection, testing, maintenance, and recertification of all SCBA Bauer compressors and refill stations, storage trailers shall be serviced according to respective manufacturer's recommendations. 4.5 COMPRESSOR AIR SAMPLING: Contactor shall conduct air sampling on all SCBA compressors and shall repair each until a passing sample is produced. 4.6 CALIBRATION: Contractor shall ensure all calibration systems are in compliance with ISO 10012-1 and ANSI/NCSL Z540-1 standards. Equipment to be calibrated includes: portable gas monitors, MSA test panels, compressor CO2 monitors, Biosystems, Posicheck units, level A suit testers, pump testing vacuum gauges, moisture analyzers, temperature probes, pressure and vacuum gauges. 4.7 HYDRAULIC TOOLS AND EQUIPMENT: Contractor shall provide inspection, testing, maintenance, and recertification of all Holmatro tools, generators and hoses. All work shall be accomplished by trained and certified technicians with all work being accomplished in accordance with manufactures recommendations. 4.8 HOSE TESTING: The contractor shall inspect test and document the servicing of 17,500 feet of fire department fire hose. The testing shall be in compliance with current NFPA 1962: Standard for Inspection C are and Use of Fire Hose, Couplings, and Nozzles and the Service Testing of Fire Hose. 4.9 LADDER TESTING: Contractor shall provide inspection, testing, and recertification of 20 ground ladders in accordance with NFPA 1932 Standard on Use, Maintenance, and Service Testing of In-Service Fire Department Ground Ladders. 4.10 PUMP TESTING: The contractor shall test 9 fire pump systems on fire apparatus. Testing shall be conducted to the standards and procedures as outlined in manufactures recommendations and NFPA 1911 Standard for the Inspection, Maintenance, Testing, and Retirement of In-Service Automotive Fire Apparatus. 4.11 CONTRACT DATA REQUIREMENTS: The Contractor shall provide a final report in a binder to the department:  Annual Fit for Service Certification  Annual Visual Inspection Certificate  Hydrostatic Test Certificate (MSA are on five year schedule)  Posichek results (this and ACES-FD replaces the below)  Interpret Test Results  SCBA Mask History and Maintenance Report  Backpack History and Maintenance Report  Air Bottle History Maintenance Report  Hydrostatic Test Results  Cylinder Failure Form  Cylinder Spec Sheet  Cylinder Visual Defects Report  SCBA Compressor and Refill Station Operational Inspection and Test Certificates  Pump Test Reports  Hose Test Reports  Ladder Test Report  Rescue Equipment Reports  Air Sample Results  Confined Space Report  Air Cart Inspection Report  Calibration Certificates 4.12 SPARE PARTS: The contractor shall utilize parts currently in the Government's inventory. If parts are unavailable the contractor shall get approval from the contracting officer to purchase any replacement parts. Appendix A Estimated Equipment List RAF Mildenhall Equipment List Annual Service of Complete SCBA Units 148 Annual Service of Additional Cylinders 84 Visual Inspection of Cylinders 278 Hydrostatic Testing of Cylinders (1 time in 5 years) 262* Confined Space Equipment 4 MSA Confined Space Air Cart 1 MSA Confined Space Air Cart Hoses 13 Compressor Service - Annual 4 Air Sample Test 1 Air Test Samples 12 A Level Suit Testing 50 Equipment Calibration - Posicheck 1 Ladder Testing - Ground 38 Hose Testing (per foot) 17450 Pump Testing 9 Holmatro Rescue Equipment 2 Holmatro Hoses and Tools 9 *As needed
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3E21082A001/listing.html)
 
Place of Performance
Address: RAF Milldenhall, United Kingdom, RAF Mildenhall, United Kingdom
 
Record
SN02475447-W 20110618/110616235355-f5f0917b9c504f4f05a42f9ff8a21c29 (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.