Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1573127002
 
Response Due
1/30/2012
 
Archive Date
1/12/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATIONThis is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1573127002. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-55 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 423990 and the small business size standard is 100 employees. REQUIREMENT1.Description of Services: The National Park Service in Yellowstone National Park, Structural Fire Protection, is requesting annual maintenance, six-year maintenance, hydrostatic testing and recharging of portable fire extinguishers to include deferred maintenance, testing and replacement of units when it is most economically feasible. The contractor shall provide all tools, supplies, equipment and labor necessary to maintain and service portable fire extinguishers, in accordance with (IAW) NFPA 10 (2010 edition), located at the Structural Fire Department/Fire Cache, Mammoth Hot Springs, Yellowstone National Park, Wyoming in a manner that will ensure their serviceability and prevent deterioration in value or effectiveness. The following are quantities of portable fire extinguishers to be used in determining workload. Qty Type Size Location500 (approx.)Dry Chemical<5lb to 20 lbMammoth Hot Springs, WY Base Year contract period is 1 March 2012 to 30 September 2012 with option for 3 additional option years (1 Oct through 30 Sep). This contract will be firm fixed price, lowest overall price (base and option years) and past performance are evaluation factors. 1.1Maintenance and Repair Services: The contractor shall perform the required services at a shop owned/operated by the contractor or may elect to perform services in the work space designated by the Yellowstone Structural Fire Chief as the Fire Extinguisher Maintenance Shop. The contractor shall coordinate the removal of all fire extinguishers, with the Structural Fire Chief (or his designated appointee), before removing any fire extinguishers from Yellowstone National Park. If it has been determined upon inspection, recharging or hydrostatic testing that the extinguisher needs replacement parts, the contractor may replace the unit entirely if economically feasible with cost comparison of replacement parts.1.2Corrective Maintenance: Corrective maintenance returns a fire extinguisher to full operating capacity.1.2.1Fire Extinguisher Recharge: Fire extinguishers shall be recharged as indicated by the manufacturer's instructions, recommendations and IAW NFPA 10. The replacement of extinguisher agent also includes the agent expellant.1.2.2Labeling: The contractor shall replace fire extinguisher identification labels, classification symbols, inspection stickers/plates/decals and other required information labeling if the originals are damaged, missing or expired. Labeling shall be in accordance with the manufacturer's specifications.1.2.3Hydrostatic Testing: The contractor shall hydrostatically test extinguishers as specified in the manufacturer's recommendations. The contractor shall attach a sticker/plate identifying pertinent information on all extinguishers that pass the hydrostatic testing. Extinguishers that fail shall be identified and removed from service.1.2.4Six-Year Maintenance: The contractor shall perform overhaul maintenance in accordance with the manufacturer's requirements for each type of extinguisher. Six-year maintenance shall be recorded on a record tag and affixed on the exterior of the extinguisher shell.1.2.5Reports: The contractor shall submit complete reports of all maintenance and servicing accomplished to the Fire Chief (or his designee) on a monthly basis. The reports shall include a record of conditions found, repairs, recharging and maintenance performed. All records, documents and associated papers provided to the Yellowstone Structural Fire Department become the property of the Yellowstone National Park for recordkeeping purposes.1.2.6Emergency Services: The contractor shall provide emergency services within 48 hours to repair or recharge damaged or discharged fire extinguishers as determined by the Structural Fire Chief (or his designee). For purposes of this specification, an emergency situation is defined as any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to Park property or restore essential services.1.2.7Environmental Protection: The contractor shall ensure that the purchase, use, handling, storage and disposal of all materials, wastes, hazardous and special materials are in accordance with federal, state and local environmental protection regulations. 2.General Information:2.1Quality Control: The contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed IAW: NFPA 10 (2010 Edition) and other applicable standards and the manufacturer's instructions. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring.2.2Hours of Operation: The contractor shall perform the services required under this contract during the hours: 0800 - 1700 hours, Monday through Friday, excluding U.S. Federal holidays. Additional hours may be required in providing emergency services as described in 1.2.6. The contractor will service fire extinguishers located at the Structural Fire Department/Fire Cache at a minimum of once per quarter (every 90 days) with monthly being optimal.2.3Qualifications/Training: The contractor is responsible for obtaining any required certification and training to perform this work IAW: NFPA 10 (2010 Edition), OSHA Standard 29 CFR 1910.157 Portable Fire Extinguishers and D.O.T. (Department of Transportation) and shall submit proof of any applicable certifications with their bid. CLAUSES AND PROVISIONSOfferors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.211-18 Variation in Estimated Quantities52.217-2 Cancellation Under Multi-year Contracts.52.217-5 Evaluation of Options. 52.217-8 Option to Extend Services.52.217-9 Option to Extend the Term of the Contract52.222-41 Service Contract Act of 1965-wage determination rates are available at: http://www.wdol.gov/sca.aspx#052.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts52.232-19 Availability of Funds for the Next Fiscal Year. 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.252-2 Clauses Incorporated by Reference 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on January 30, 2012 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. BASE YEAR Annual service of ABC extinguishers (approx 300 units) Price Per Unit$_____Extended Price$______6 Year service of ABC extinguishers (approx 200 units) Price Per Unit$_____Extended Price$______Recharge units as required (approx 100 units) Price Per Unit$_____Extended Price$______Hydro service of 10lb ABC extinguishers as required (approx 25 units) Price Per Unit$____Extended Price$______TOTAL $______ OPTION YEAR 1 Annual service of ABC extinguishers (approx 300 units) Price Per Unit$_____Extended Price$______6 Year service of ABC extinguishers (approx 200 units) Price Per Unit$_____Extended Price$______Recharge units as required (approx 100 units) Price Per Unit$_____Extended Price$______Hydro service of 10lb ABC extinguishers as required (approx 25 units) Price Per Unit$____Extended Price$______TOTAL $______ OPTION YEAR 2 Annual service of ABC extinguishers (approx 300 units) Price Per Unit$_____Extended Price$______6 Year service of ABC extinguishers (approx 200 units) Price Per Unit$_____Extended Price$______Recharge units as required (approx 100 units) Price Per Unit$_____Extended Price$______Hydro service of 10lb ABC extinguishers as required (approx 25 units) Price Per Unit$____Extended Price$______TOTAL $______ OPTION YEAR 3 Annual service of ABC extinguishers (approx 300 units) Price Per Unit$_____Extended Price$______6 Year service of ABC extinguishers (approx 200 units) Price Per Unit$_____Extended Price$______Recharge units as required (approx 100 units) Price Per Unit$_____Extended Price$______Hydro service of 10lb ABC extinguishers as required (approx 25 units) Price Per Unit$____Extended Price$______TOTAL $______ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:Company:Email:Phone: Name:Company:Email:Phone: Name:Company:Email:Phone: All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1573127002/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02654565-W 20120115/120113234428-14d921bbf190bf6c97906cd5ca058201 (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.