Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2008 FBO #2545
SOLICITATION NOTICE

H -- FIRE SUPPRESSION/ANSUL SYSTEMS INSPECTION

Notice Date
11/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Herlong, 741-925 Herlong Access Road A-25, P.O. Box 900, Herlong, California, 96113
 
ZIP Code
96113
 
Solicitation Number
RFQ-61903-0005-9
 
Archive Date
2/27/2009
 
Point of Contact
Ann M. Layne,, Phone: 530-827-8129
 
E-Mail Address
alayne@bop.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 RFQ-61903-0005-9 is issued as a Request for Quote. For the provision of Fire Suppression, Ansul system semi-annual and annual inspections. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-27. This acquisition is a total small business set-aside. The NAICS code for this requirement is 561621; the business size is unrestricted. GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Federal Correctional Institution located at 741-925 Herlong Access Road A-25, Herlong, California, 96113, is requesting quotes for the services specified in the Statement of Work attached to this solicitation: CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2008); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2008); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (March 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50 Combating Trafficking in Persons (Aug 2007); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, The following clauses are incorporated into this solicitation/contract by full text as follows: DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT (Bureau of Prisons Clause) (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR 2852.223-70) (JUN 1996) (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls. (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure. (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working. (d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition. (e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract. (f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material. Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-3, Offeror Representations and Certifications--Commercial Items (June 2008). -SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQ-61903-0005-9); 2. Schedule of Items with Pricing; 3. Contractor DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008). Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. A site visit will be offered on Monday, December 1, 2008 at 9:00 a.m. **Please note** all individuals attending the site visit must obtain prior clearance to enter the Federal Correctional Institution by passing a National Crime Information Center check. Please contact Jeff Greene, General Foreman at (530) 827-4326 to obtain form. Form must be returned to Jeff Greene no later than Friday, November 21, 2008. You must have clearance to enter the facility prior to arrival on December 1, 2008 or you will not be allowed into the facility. Offers are due no later than December 15, 2008, 3:00 p.m. local time. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Correctional Institution, Attn: Ann Layne, Contract Specialist, PO Box 900, Herlong, CA 96113-0900. Hand delivery or express mail to 741-925 Herlong Access Road A-25, Herlong, CA 96113. Offers may also be faxed to (530) 827-8036. The anticipated date of award is on or about December 29, 2008. This solicitation is distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. STATEMENT OF WORK: Fire Detection/Alarm Systems, Fire Suppression Systems & Food Service Ansul Hood Inspections and Testing Services A.1.1 Background The Federal Bureau of Prisons, Federal Correctional Institution, Herlong, CA (hereinafter referred to as FCI Herlong) intends to make a firm-fixed price, single award to a responsible entity for the inspection and testing of Fire Detection/Alarm Systems, Fire Suppression Systems, and Food Service commercial kitchen ventilation non water- based fire suppression systems as set forth in this solicitation. A.1.2 Place of Performance The place of performance will be within the secure perimeter of the medium security level institution and the federal prison camp located at 741-925 Herlong Access Road, A-25, Herlong, CA 96113. This facility houses incarcerated male medium security inmates who are being held under the authority of the Federal Government by the Federal Bureau of Prisons (BOP). A.1.3 Scope of Work The contractor will inspect and test the Fire Detection/Alarm Systems once every 12 months, Fire Suppression Systems once every 12 months and Food Service commercial kitchen ventilation non water-based fire suppression systems twice every 12 months at 6 month intervals. The Contractor must adhere to all applicable NFPA and OSHA standards during all phases of inspections and testing of systems described above. The contractor will be required to submit a professional report of systems tested and inspected. A.1.4 Schedule of Performance The contract will consist of a base year from date of award through September 30, 2008, and four option years. Each option year will begin on October 1 and end on Sept 30. The contractor must complete the 1st semi-annual Food Service Ansul Hood fire suppression and ventilation inspection and submit all reports between January 1, and January 30, of each year. The contractor must complete the 2nd semi-annual Food Service Ansul Hood fire suppression and ventilation inspection, the annual Fire Alarm/Detection systems inspection, and the annual Fire Suppression inspection and submit all reports between July 1, and July 31, of each year. Hours of work will be 0730 to 1400, Monday through Friday, excluding national holidays. Exact date(s) of performance shall be mutually agreed upon. A.1.5 Education, Qualifications, Knowledge and Skills The individual/organization shall provide qualified personnel as defined by the National Fire Protection Agency standards for inspections and testing and the current Occupational Safety and Environmental Health Manual. The qualified personnel possess the knowledge of all applicable Federal, State, and Local code requirements during inspection and testing of systems. A.1.6 Security Requirements The contractor will be required to adhere to all Federal Bureau of Prisons Regulations security requirements which will include passing applicable security clearances. The contractor will comply with Federal Bureau of Prisons search procedures outlined in Title 28, Code of Federal Regulations, Part 511. The contractor will be required to consent to search upon entering Bureau grounds. The contractor must submit a Tool and Equipment inventory form prior to starting work. The contractor will be escorted by Bureau staff at all times. Verbal interaction with the inmate population is prohibited and will not be tolerated for security purposes. A.1.7 Miscellaneous Information This is a contractual agreement and not a personnel appointment. All duties outlined in the Statement of Work shall be performed in accordance with standards and methods generally accepted within the contractor's own field of expertise. Payment shall be based on the accomplishments of specific results to be obtained and shall be entirely with the contractor's own unsupervised determination. The contractor will not be subject to government supervision except for security related matters. However, contractor performance shall be closely monitored to ensure adherence to the contract A.1.8 Pricing The services shall be provided in accordance with this statement of work. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract. These services are subject to the Service Contract Act. The Department of Labor wage determination is attached to this solicitation. <u> Schedule of Items: </u> Base Year: Date of Award through September 30, 2009 $ Option Period 1: October 1, 2009 through September 30, 2010 $ Option Period 2: October 1, 2010 through September 30, 2011 $ Option Period 3: October 1, 2011 through September 30, 2012 $ Option Period 4: October 1, 2012 through September 30, 2013 $ Total for Base and 4 Option Years: $
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9af306110bbb81ae50844fd175e10c39&tab=core&_cview=1)
 
Place of Performance
Address: 741-925 HERLONG ACCESS ROAD A-25, HERLONG, California, 96113, United States
Zip Code: 96113
 
Record
SN01703350-W 20081114/081112214543-9af306110bbb81ae50844fd175e10c39 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.