SOLICITATION NOTICE
J -- NAFire Trainer Certiifcation/Maintenance Agreement
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3G0CA7228A003
- Response Due
- 9/20/2007
- Archive Date
- 10/5/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This is a full and open competition solicitation. The Standard Industry Classification (SIC) for this solicitation is 3559 and the North American Industry Classification System (NAICS) is 333319. The Small Business Size Standard is 500 employees. The government intends to award a contract for the following line item. Mobile Aircraft Fire Trainer Certification and Maintenance Agreement. The agreement must include the following requirements: Base Year with 4 option years Inspect and Maintain Creech AFB Fire Department Kidde FT, Three-Story Training Tower (T5) and Creech AFB Fire Department Kidde Mobile Aircraft Trainer (MA) with all present accessories. Contractor shall provide all necessary supplies, materials, equipment, transportation, labor, supervision and all else required to conduct service inspection and preventative maintenance on all areas of fire department structural training facility and Mobile Aircraft trainer located at Creech AFB, 40 miles north of Las Vegas, Nevada. Inspection and service will be accomplished in accordance with National Fire Protection Association standard (NFPA) and manufacturers requirements to meet all OSHA, Federal and State regulations. Inspection to be accomplished twice a year on each unit, at a predetermine interval between Contractor and Creech AFB fire department. All inspection visits will be by trained technicians. Technicians will evaluate the Fire Training equipment and implement all scheduled adjustments and parts replacements to ensure that the training systems are operational. Upon completing inspections, the Fire training equipment T5 and MA will be certified safe to use in accordance with NFPA, OSHA and Manufacturers recommendation. Service will include the following: 1. Check Operational performance of all fireplaces and make adjustments as required. Clean and/or replace all filter elements as needed, but no less than annually. 2. Inspect all fans and blowers, and lubricate all bearings. 3. Inspect all pilot spark igniters and replace as required but no less than semi-annually. Inspect and calibrate all gas detection assemblies and replace sensor elements as needed, but no less than semi-annually. 4. Inspect and adjust all smoke generators. 5. Inspect programmable logic controller batteries and replace annually. 6. Clean all equipment cabinets. Award basis will be best value. The following factors will be will be used to evaluate the offer: lowest priced technically acceptable. It is the offeror's responsibility to monitor this site for the release of any amendments. All clauses and provisions applicable to this solicitation can be viewed on the Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation Commercial Items: Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government; technical and price will be the only factors. The evaluation and award procedures in FAR Part 13 will be utilized. The following clauses and provisions are applicable to this solicitation: 52.204-7 Central Contractor Registration, 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-3, Offeror Representation and Certifications Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dev), 52.214-22, Evaluation of Bids- Multiple Awards; 52.216-27, Single or Multiple Awards; 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers With Disabilities, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-2 Service of Protest, 52.252-1 Provisions Incorporated By Reference, 52.252-2 Clauses Incorporated By Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, 252.232-7003 Electronic Submission of Payments, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Mods, 52.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 52.232-18 Availability of Funds, Option to Extend the Term of the Contract, 52.217-8 Option to Extend Services, 52.222-41 -- Service Contract Act of 1965, as Amended, and 52.222-42 -- Statement of Equivalent Rates for Federal Hires. All proposals must include Bid Schedule and a completed copy of FAR 52.212-3, Offeror Representations and Certifications. Offerors who fail to complete and submit the requirements above may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to be Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration may make an offeror ineligible for award. Contractors can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by US postal service to the address below or by Fax to the number below. Proposals and any amendments must be signed, dated and submitted in writing or by fax by 4:00 PM on 20 Sep 2007 Pacific Standard Time to the 99th Contracting Squadron, 5865 Swab Blvd., Nellis AFB, NV 89191, Attention SSgt Coleman. For information regarding this solicitation contact the following individual: SSgt Todd Coleman at (702) 652-3364, FAX NO. (702) 652-9570, E-Mail: todd.coleman@nellis.af.mil.
- Place of Performance
- Address: 98 RANW, BLDG 85, CREECH AFB, NV
- Zip Code: 89018
- Country: UNITED STATES
- Zip Code: 89018
- Record
- SN01405587-W 20070915/070913221037 (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 |