Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

J -- A-76 STUDY FOR MAINTENANCE AND OPERATION OF FIRE AND SECURITY ALARMS AND TRAFFIC SIGNALS AT TRAVIS AFB CA

Notice Date
January 30, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
ZIP Code
94535
Solicitation Number
Reference-Number-LGCB-02-SS-Alarms
Response Due
February 12, 2001
Point of Contact
Rena Fagan, Contracting Officer, Phone 707-424-7737, Fax 707-424-0288, Email rena.fagan@travis.af.mil -- Clifford St Sauver, Team Leader, Phone 707-424-7739, Fax 707-424-0288, Email
E-Mail Address
Rena Fagan (rena.fagan@travis.af.mil)
Description
A-76 STUDY FOR MAINTENANCE AND OPERATION OF FIRE AND SECURITY ALARMS AND TRAFFIC SIGNALS AT TRAVIS AFB CA. An A-76 cost comparison study is being conducted for preventive maintenance, operation inspection, repair and testing (prevention, correction, operation and repair) of fire alarm systems including the Fire Department Central Stations, security alarm systems consisting of intrusion detection systems (IDS) including the IDS Central Station, and traffic signals at Travis AFB, CA. This is not a request for proposal and shall not be construed as a commitment by the Government. Sources are to provide information on the following statement of need and respond to the following questions: Statement of Need for Fire Alarms, Security Alarms and Traffic Control Systems. The government is requesting contractors provide commercial market information on how they would maintain Fire Alarms, Security Alarms and Traffic Control Systems located on Travis AFB, CA. The systems shall be maintained by a preventive maintenance program, a repair/replacement program and a customer service program. These programs are suggested examples. The contractor should identify these and any additional programs to maintain the systems based on industry standards. Service calls need to have a start to finish process that corrects the deficiency. The contractor shall document all preventive maintenance, work performed, observations, and repair deficiencies (maintain quality assurance/quality control program). A basic listing of base systems include: Approximately 230 buildings with Fire Alarm Systems (2 central monitoring stations) including 11 manufacturers (Simplex, Walter Kidde,ADT, Honeywell, FCI, Notifier, Fire Eye, Edwards, Pyrotecnics, Monaco, Faraday); 3 Pumphouses servicing 10 hangars; 2 AFFF Facilities; 1 Cardox Facility; 1 CO2 Facility. Security Alarms are all Advantor Systems in 72 buildings to include 1 central monitoring system Traffic Signals _ 9 intersections; 3 flashing crosswalks; Bi-trans Model 170 Series Cabinets; Video Detection Cameras (2). QUESTIONS: 1. Security requirements are in place for individuals, equipment and vehicles. How will these be handled? 2. How will you provide a preventive maintenance program on all fire alarm, security alarm and traffic signals? What commercial industry standards would be utilized for the systems listed? 3. Please identify corporations where you have accomplished preventive maintenance on the systems listed in the last five (5) years. 4. How do you plan to obtain certification/training for employees working on the systems? 5. Provide how you would maintain a daily (7-4) on base work force and an emergency after hours response crew for evenings, weekends and holidays. 6. Would you need to subcontract any of the maintenance work? Which systems would you subcontract? 7. As documenting maintenance is required, what program would be used to insure compliance with industry standards? 8. How do you perform quality control? 9. What is the normal length of contract? 10. Are there any special terms and conditions? 11. What services should be required on site? 12. Which services can be required off site? 13. What kinds of factors are used to evaluate service providers? 14. What kinds of performance incentives are used? 15. What kinds of performance assessment methods are commonly used? 16. Who are your frequest customers, including a point of contact for each? 17. Who owns or furnished needed equipment or supplies? 18. What are common qualifications of people who are providing the service? Sources shall include their business size and their experience in providing this service. The NAIC is 561621 with a standard size of $9 million. You may provide your response by email, fax or mail to Rena Fagan. This notice is for planning purposes only and is not a solicitation.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-LGCB-02-SS-Alarms&L=861)
Record
Loren Data Corp. 20010201/JSOL010.HTM (D-030 SN50C2E0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com