Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance - Statement of Work

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-16-T-0230
 
Archive Date
10/6/2016
 
Point of Contact
Jaime Flores, Phone: 6195327643
 
E-Mail Address
jaime.r.flores4.civ@mail.mil
(jaime.r.flores4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for service and maintenance in accordance with the statement of work and documentation provided for the CLINs posted below. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-16-T-0230 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 541350. SERVICE ADDRESSES: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134. Also: Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. CLIN 0001: Fire Extinguisher Maintenance; 6th year maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 62; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0002: Fire Extinguisher Hydro Test - 10 lb.; 12th year maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 450; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0003: Fire Extinguisher Hydro Test - 5 lb.; 12th year maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 40; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0004: Fire Extinguisher Valve Stem; to be provided as needed in conjunction with 6th year maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 62; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0005: Fire Extinguisher Valve Retainer Seal; to be provided as needed in conjunction with 6th year maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 62; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0006: K-Class Fire Extinguisher Maintenance; Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 5; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0007: H2O Water Mist Extinguisher Maintenance; annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 5; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0008: 5 lb. CO2 Fire Extinguisher Maintenance; annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 24; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0009: Annual Inspection - 150 lb. Wheeled Unit; annual inspection in accordance with the Statement of work. Quantity: 1; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. CLIN 0010: Portable Fire Extinguisher Maintenance; Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 1200; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2016 to 9/30/2017. Option Year 1 CLIN 1010: Portable Fire Extinguisher Maintenance; Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 1200; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2017 to 9/30/2018. Option Year 2 CLIN 2010: Portable Fire Extinguisher Maintenance; Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 1200; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2018 to 9/30/2019. Option Year 3 CLIN 3010: Portable Fire Extinguisher Maintenance; Annual maintenance of individual fire extinguishers throughout the Naval Medical Center San Diego in accordance with the Statement of work. Quantity: 1200; Unit of Issue: Each; Price: __________; Period of Performance: 10/1/2019 to 9/30/2020. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Technical Capability is defined as the ability to perform IAW with the requirements in the statement of work (SOW). Please submit your Capability Statement with your response to the RFQ. FACTOR 2: Past Performance: Provide two (2) references with the point of contact name, telephone number, address, and contract number, for which you have provided the same or similar services within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical capability and Past Performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to Jaime.r.flores4.civ@mail.mil, Attention: Jaime Flores. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 21 Sept 2016, 09:00 AM, Pacific Standard Time to be considered. Deadline for questions is 20 Sept 2016, at 11:00 AM. Service and Maintenance and repair in accordance with the attached statement of work. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Jul 2013) 52.204-13 Central Contractor Registration - Maintenance (Jul 2013) 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and popular links. For more information or to enroll in the NCACS Program, call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0230/listing.html)
 
Record
SN04272948-W 20160917/160915235301-000981981961f4cdf7aad90339f7c84d (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.