Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1999 PSA#2320

United States Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581

12 -- INVENTORY OF FIRE SYSTEMS & CREATE AUTOCAD 13 GRAPHICS PACKAGE SOL F41652-99-Q0034 DUE 042899 POC Terry Winter, Contract Specialist, Phone (915) 696-2358, Fax (915) 696-3676, Email terry.winter@dyess.af.mil -- Barbara Giddens, Chief, Simplified Acquisition Flight, Phone (915) 696-5569, Fax (915) 696-3676, Email barbara.giddens@dyess.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F41652-99-Q00 34&LocID=1003. E-MAIL: Terry Winter, terry.winter@dyess.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. Solicitation is issued for Request for Quotation, (RFQ) # F41652-99-Q0034. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-014. . This is a small business set-aside procurement under 7382 _Security Systems Services_ ($9M). There are two contract line items (CLINs). CLIN 0001 IAW SOW, Inventory all fire alarm systems on Dyess AFB, to include all actuating devices, smoke detectors, heat detectors, sprinkler systems, pull stations, and all other devices associated with any fire alarm system, 1 JB $___________. CLIN 0002 IAW SOW, Create a graphics package for each facility in AutoCAD 13 marking the location of all items, 1 JB $____________. Total amount $_____________. Bids shall be received by 28 Apr 99. DESCRIPTION: Statement of Work (SOW). The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform Complete Inventory of all Government-owned fire alarm system equipment. The contractor shall create a computerized database using Microsoft Excel, Microsoft Access, or equivalent. The contractor will also create a visual graphics record using AutoCAD 13. 7th Engineering Squadron will provide the original facility graphics to the contractor. The contractor will install the graphics needed to annotate the location of all fire alarm equipment (i.e. smoke detectors, pull stations, alarm panels, etc.) within the facility. The government shall provide a list of all facilities to be included. Drawings are available for approximately 150 facilities with installed fire detection and suppression systems. The contractor will be required to develop similar drawings for approximately 40 base facilities to indicate locations of fire detection/suppression system devices. Additionally, facility square footage listing is available through real property records. Contact Mr. Terry Winter for drawings and lists of facilities to be included. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall be available during normal duty hours within 60 minutes to meet on the installation with government personnel designated by the Contracting Officer to discuss problem areas. The contract manager and alternate(s) must be able to read, write, speak, and understand English. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which display company name and employee name. The contractor shall obtain personnel and vehicle passes for base entrance and exit of employees. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. The contractor shall conform to all Base Regulations and Directives, as identified specifically at the pre-performance conference, that pertain to security, safety, traffic, fire, and personnel clearances, insofar as they apply to the contractor_s activities as directed. The contractor shall comply with Air Force Occupational Safety and Health (AFOSH) Standards. Place of performance is stated in SOW above. Period of Performance: 120 days after Notice to Proceed. Solicitation provision at FAR 52.212.1, Instructions to Offerors -- Commercial Items (Oct 1995) is hereby incorporated by reference. Offerors are reminded to submit bidproposals as two separate line items, number 1 as Inventory of all Fire Alarm Systems as stated in CLIN 0001, and number 2 to create and AutoCAD graphics package for each facility as stated in CLIN 0002. Solicitation provision at FAR 52.212-2, Evaluation _ Commercial Items (Oct 995) is hereby incorporated by reference. Offerors are reminded to include a completed copy of provisions the provision at 52.212-3, offeror Representations and Certifications _ Commercial Items (Jan 1997 and 252.212-7000, Offeror representations and Certifications _ Commercial Items (Nov 1995) with its offer. Contact our point of contact for full text if necessary. Offerors are also reminded to comply with 252.204-7004 Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the internet at http://ccr.edi.disa.mil. Clause 52.214-4, Contract Terms and Conditions _ Commercial Items (May 1997), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (Aug 1996), is hereby incorporated into by reference. The following paragraphs apply to this solicitation and any resultant contract, 52.222-41 Service Contract Act, 52.222-43 Fair Labor Standards Act, 52.246-4 Inspection of Services, 252.232-7009 Payment by Electronic Funds Transfer (CCR) Jun 1998, DFAR 252.204-7004 Required Central Contractor Registration (Mar 1998). Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.247-7023,252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition Regulation Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and 252.225-7003, Information for Duty Free Evaluation (Aug 1992). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Commerce Business Daily note number 1 applies. Signed and dated offers shall be submitted to 7th Contracting Squadron, 381 3rd Street, Dyess AFB, TX 79607-1582, ATTN: Terry T. Winter not later than 3:00 PM CDT 28 Apr 1999. Posted 04/06/99 (D-SN316816). (0096)

Loren Data Corp. http://www.ld.com (SYN# 0280 19990408\12-0003.SOL)


12 - Fire Control Equipment Index Page