Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
SOLICITATION NOTICE

12 -- INSPECTION: WET-DRY CHEMICALS FOR FIRE SUPPRESSION SYSTEMS

Notice Date
9/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue Bldg 642, Little Rock AFB, AR, 72099
 
ZIP Code
72099
 
Solicitation Number
LRAFBWETDRYCHEM
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Julia Alford, Contracting Specialist, Phone 501-987-3845, Fax 501-987-8119, - Leanne Collins, Contracting Officer, Phone 501-987-3848, Fax 501-987-8119,
 
E-Mail Address
julia.alford@littlerock.af.mil, leanne.collins@littlerock.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
INSPECTION AND REPAIR OF WET-DRY CHEMICAL FIRE SUPPRESSION SYSTEMS AT LITTLE ROCK AIR FORCE BASE, ARKANSAS. This is a combined synopsis/solicitation for commercial services and associated items. Pending Availability of Funds for the Next Fiscal Year (FAR 52.232-19), the 314th Contracting Squadron, Little Rock AFB, AR, intends to issue a Firm Fixed-Price Requirements contract in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, for inspection and repair of wet-dry chemical systems for the fire suppression systems. The services shall consist of a base period consisting of one (1) year with four one-year renewable option periods. The effective base period is projected to be 1 October 2003 through 30 September 2004. A complete Statement of Work (SOW) is included in the solicitation. This requirement is a 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 325998 for Fire Extinguishing Chemicals. Qualification for Small Business Size Standard is 500 or fewer employees. All qualified small business offerors are encouraged to submit an offer. The Contractor shall provide all labor, materials, equipment, vehicles, and services necessary to provide the required services as set out in the Statement of Work (SOW) at Little Rock Air Force Base, Arkansas. The Contractor shall perform the requirements in accordance with all applicable state, federal, city, and municipal laws, specifications, and regulations. All service requests will be made by the issuance of Delivery Orders against the requirements Contract. This office will no longer issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the quote/proposal. Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in this notice and FAR 52.222-41, Service Contract Act of 1965, as amended (May 1989). The Department of Labor Wage Determination applies to applicable service labor categories for Arkansas 1994-2033, May 2003. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation is being conducted under FAR Part 37, Service Contracting, as well as applicable FAR Parts 12, Acquisition of Commercial Items, and 13, Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15, Aug 2003. It is the responsibility of the contractor to be familiar with applicable clauses and provisions. FAR Part 52.232-33, Payment By Electronic Funds Transfer ? Central Contractor Registration (May 1999), is mandatory and incorporated by reference. Payment may be made by Government Purchase Card; discounts apply. Delivery will be quoted as FOB Destination to Little Rock AFB, AR. Contractor must be registered in the Central Contractor Registration (CCR) (website: http://www.ccr.gov/) or by calling and registering prior to receiving award: (888) 352-9333. Contractor/vendor will submit a completed copy of the FAR Part 52.212-3, Offeror Representations and Certifications--Commercial Items (Jun 2003). Interested offerors are requested to submit a quotation/proposal on this requirement and SOW to: 314th Contracting Squadron, 642 Thomas Avenue, Little Rock AFB AR 72099-4971 or FAX to: (501) 987-7856 or (501) 987-8119. Quotes must be received no later than by close of business, 4:00 PM CDT, 15 September 2003, and may be received by FAX or e-mail to Point of Contract (POC): Julia Alford, (501) 987-3845. 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. STATEMENT OF WORK (SOW) INSPECTION AND REPAIR OF WET-DRY CHEMICAL FIRE SUPPRESSION SYSTEMS AT LITTLE ROCK AIR FORCE BASE, ARKANSAS. 1. SCOPE OF WORK. The Contractor shall provide all labor, parts, tools, material, facilities, management, supervision, tools, supplies, equipment, vehicles, and services necessary to provide remedial and preventive maintenance and repair of wet-dry chemical fire suppression systems as per this SOW. Work consists of the following inspections, maintenance and charging as necessary. a. Respond within 48-hours of notification from service call personnel, fire inspection (Chief CEF), Chief of O&M or CEOE personnel. b. Inspect and repair systems. c. Recharge chemical tanks if needed. d. All work to be accomplished in compliance with National Fire Protection Association (NFPA) seventeen (17), Code of Federal Regulations (CFR) twenty-nine (29), Occupational Safety and Health Association (OSHA), and applicable federal, state, and local laws. 2. The Contractor shall have only competent and qualified work personnel certified for wet-dry chemical systems and licensed by the State of Arkansas. The Contractor shall submit a schedule 25-days in advance for coordinating work. A Letter of Certification shall be submitted to Civil Engineering upon completion of inspection and check of system(s). Contractor shall turn off the building fire alarm system prior to beginning work and reset system upon completion of system. The Contractor shall notify the Fire Station Alarm Center (B110, telephone number 501-988-3228/3737) prior to turning off and on the Fire Alarm System. The fire alarm cabinet keys are available from Fire Technical Services at 501-987-6529. Performance of the requirements of this Statement of Work (SOW) is to conform to the professional commercial and industry standards, as identified in this contract, and in a manner that will maintain a satisfactory condition and professional base appearance. Schedule and performance of all tasks are to meet the quality and frequency requirements of this SOW. The standards as defined in this SOW are the minimal acceptable standards. The Government reserves the right to require the Contractor to re-perform any task if that task was not performed to contract requirements, or not performed at all. 3. INSPECTIONS. Semi-annual inspections shall be conducted in March and September each year. Conduct actuating test of the systems semi-annually in accordance with the manufacturer's recommendations. Check for proper placement of nozzles and equipment under kitchen hoods for proper coverage of chemical systems. 4. FUSES. Fusible links shall be replaced annually. Remove all fusible links in the system and replace them with new links of the same temperature rating. Re-install the cable to the new links and make sure that the cable remains on the pulleys at the bends in the cable system. Return the system to normal at the release panel. 5. HYDROSTATIC TEST, 12-Year Intervals. Dry chemical containers, auxiliary pressure containers, hose assemblies. Have a fire extinguisher maintenance company perform a hydrostatic test of the cylinders and all equipment that will have to withstand the significant pressures developed when the system discharges. 6. MAINTENANCE. Perform maintenance promptly on any components which fail to operate properly during the annual operating test. Discharge tests should be conducted every six years, and more frequently only when such test appears necessary. The Contractor shall perform maintenance to prevent occurrence of defects, to detect defects, and to correct defects which would result in any kind of equipment failure. This service includes, but is not limited to, inspection of parts for wear, maladjustment or impending breakdown, adjustments for wear, replacement of worn or damaged parts, cleaning, lubricating, and protection from deterioration corrosion. 7. PREVENTIVE MAINTENANCE. All preventive maintenance inspections shall be unconditionally guaranteed for 30-days. Any service required due to equipment failure during the 30-day guarantee period shall be performed and included in the cost of the preventive maintenance inspection. The Contractor shall perform two inspections per year per system. 8. REMEDIAL MAINTENANCE. Remedial maintenance is maintenance performed due to equipment failure. The Contractor shall respond within 48-hours after notification of equipment failure. Calls will be made as required against under Indefinite Delivery Order line item for this service. 9. SCHEDULING AND COORDINATION. Work shall be scheduled with each building custodian or user and coordinated with the QAP, Bonnie Gilmer (501) 987-7187 as well as Fire Prevention, Don Smart (501) 987-6529. 10. LITTLE ROCK AIR FORCE BASE HOURS. Normal duty hours are between 7:30 AM and 4:30 PM, Monday through Friday, excluding Federal holidays, unless otherwise specified herein. Costs incurred from overtime work shall not be compensated for by the Government unless otherwise authorized herein. 11. PERFORMANCE OF SERVICE. The Contractor shall report to the Equipment Custodian identified below to accept service prior to commencement of any services described herein, and before leaving the service area. After completion of work, the Contractor shall obtain a signature on their service ticket from that individual authorized to accept services. Service ticket shall also state order number, services performed, date/time commenced, date/time completed, equipment serviced, and signature of the Contractor representative who performed the work. One copy of the completed and signed ticket shall be provided to the individual accepting the services. The original service ticket shall be attached to the invoice. 12. PERSONNEL TO CONTACT. For inspection and acceptance, and personnel authorized to place call, Contractor shall contact Maintenance Engineering, 314 CES/CEOE, Fire Prevention, 314 CES/CEF, and 314 CES/CEOC, Service Call Center personnel. 13. GOVERNMENT FURNISHED PROPERTY. In the event the repairs must be accomplished at the Contractor's facility, the Contractor must sign a receipt for the equipment on a DD Form 149, to be furnished by the Government. 14. PARTS. The prices listed in the Schedule include all costs of labor, parts, facilities, transportation, and tools required to achieve a fully operational level. The Contractor shall provide all parts required accomplishing all necessary repairs. Only new standard parts shall be used in effecting repairs. The parts that have been replaced shall remain the property of the Government unless an appropriate allowance is obtainable for such defective part. In no event shall the Contractor provide any part or service that is not included in the prices listed in the Schedule. The Contractor shall show on the service ticket the nomenclature and quantity of parts replaced. WAGE DETERMINATION NO: 94-2033 REV (26) AREA: AR,LITTLE ROCK REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR ***FOR OFFICIAL USE ONLY BY FEDERAL AGENCIES PARTICIPATING IN MOU WITH DOL*** | WASHINGTON D.C. 20210 | Wage Determination No.: 1994-2033 William W.Gross Division of | Revision No.: 26 Director Wage Determinations | Date Of Last Revision: 05/30/2003 _______________________________ |_______________________________________ State: Arkansas
 
Place of Performance
Address: 314TH CONTRACTING SQUADRON, 642 THOMAS AVENUE, LITTLE ROCK AIR FORCE BASE, ARKANSAS 72099-4971
Zip Code: 72099-4971
Country: USA
 
Record
SN00427227-W 20030907/030905220549 (fbodaily.com)
 
Source
FedBizOpps.gov 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.