Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

12 -- Standalone Clean Agent Insustrial Fire Suppression System for CRF Test Chamber - Drawing of Area

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0242
 
Archive Date
10/8/2011
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565, Richard E. Fries, Phone: 9375224527
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing of the area in which the fire suppression system is to be installed. Drawing includes the dimensions of the room below, and the test chamber itself. This is a combined synopsis/solicitation for a standalone clean agent industrial fire suppression system for CRF test chamber. In accordance with the format in Federal Acquisition Requirements (FAR) 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. The solicitation number for this requirement is FA8601-11-T-0242 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, 4 August 2011. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 333999. Size standard is 500. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Standalone Clean Agent Industrial Fire Suppression System for WPAFB CRF Test Chamber 1) Clean Agent must be FM-200 (HFC-227) designed for a Class B concentration. 2) System must be capable of two shots. (Main and Reserve) Assume that space is an unoccupied space during the release of the agent. The test chamber is not manned while undergoing testing and proper training of individuals can be performed on procedures for opening Test Chamber after release of agent (one shot and two shots). 3) Agent is to be stored in the Mechanical Equipment Room under the Test Chamber. Room is kept between 60-80 degrees F at all times. 4) Audible/Visual Alarms will be placed at each entry to the Test Chamber (2). 5) System must be capable of being an isolated stand-alone system, however: • Have provisions for tie-in to building alarm system. • Have provisions for manual operation only (3). • Have provisions for manual/auto operation. • Supply pressure activated switch on supply line to Test Chamber. 6) Heat/Fire detectors must be suitable for environment. The temperature of the Test Chamber normally rises to as high as 150 deg F during normal testing. 7) Manual release levers are to be placed in control room (test observing area) approximately 500 feet away (cable length) for remote activation. 8) Test Chamber is approximately 21,000 cubic feet including cross piping, voids, and displaced volume. It is 20 feet in diameter and 65' in length. 9) Connections to Test Chamber wall must be made of flexible materials (steel braided hose). Penetrations through Test Chamber wall will be made by WPAFB. Piping support inside Test Chamber will be made by WPAFB. A dedicated 110 VAC circuit will be provided to the releasing panel. 10) All design/engineering, plans and flow calculations, permits, hardware, wiring, misc warning signs, and labor must be included with the price. The fire hazard is assumed to be electrical (440 VAC) or flammable liquids (hydraulic fluid or lube oil). 11) Project will be installed during normal business hours. The Test Chamber is scheduled to be available Dec 12th through Jan 6th. Early access can be granted as long as it does not interrupt testing. 12) Warranty of equipment should be at least 1-year from time of shipment. 13) Labor warranty should be at least 1 year. 14) Provide 1 year maintenance contract including two semiannual inspections. 15) Provide acceptance test. 16) Class 1 ozone depleting substances (ODS) must not be used in the design, manufacture, delivery, test, operation, or maintenance of the system, item component, or process. 17) Design and installation to be in accordance to applicable WPAFB, Ohio, and National Electrical, Building, and Fire Codes. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, and phone 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping 7. Applicable discounts 8. Timeframe that the quote is valid 9. Delivery Schedule 10. Warranty Information (if applicable). 11. Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52-212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: 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 FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Deviation 2010-O0013) (Jun 2010) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 02:00 PM, Eastern Standard Time on 23 Sept 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@wpafb.af.mil or send requested information to: ASC/PKOAA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0242/listing.html)
 
Place of Performance
Address: Area B Building 20A, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02580937-W 20110918/110917000802-e4e7a7962f27d65afb17c2dd1e602837 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.