SOLICITATION NOTICE
J -- Aircraft Fire Training Facility Repair/Maintenance/Inspection
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- F4D3D99168AG01
- Archive Date
- 9/10/2009
- Point of Contact
- Jason G. Burdett, Phone: 8056064280, Kristina V Mercer, Phone: 805-605-7040
- E-Mail Address
-
jason.burdett@vandenberg.af.mil, kristina.mercer@vandenberg.af.mil
(jason.burdett@vandenberg.af.mil, kristina.mercer@vandenberg.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. (ii) Solicitation F4D3D99168AG01 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) This procurement is being issued as a 100% Small Business Set-Aside under NAICS code 811310 and small business size standard $7 million. (v) STATEMENT OF WORK FOR Vandenberg AFB CA Fire & Emergency Services FIRE TRAINING FACILITY Maintenance/Inspections/Repair for FY09 SUBMITTALS REQUIRED: 1. Operational Condition Assessment 2. Accomplished Maintenance/Repair Report 3. System Certification SCOPE: Provide all plant, labor, material, equipment and transportation required to inspect, maintain, repair, and test the aircraft fire training facility. Bring the system to current qualification standards per Technical Order 35E1-2-13-1. The following statement of work will be completed per the Technical Order 35E1-2-13-1 Operations and Instruction Manual, Aircraft Fire Training Facility. The main objective of this contract is to replace or repair (where appropriate) all pipe, fixtures, unions, and valves that supply propane, water, nitrogen or electricity to the AFTF trainer. In many areas there is corrosion where two dissimilar metals come into contact and need to be remediated. Inspect, repair or replace any sprinkler supply lines and heads and add a minimum of two new sprinkler heads to protect/cool the "low-wing" (left side of trainer). The sprinkler heads will be located slightly above the level of the wing at the location of the ground burner. Replace the propane main line from the tank to the control stand. Replace any excessively corroded piping on or near the control stand. Repair or replace nitrogen operated valves. Ensure seismic protection system is fully operational and repair as needed. Repair or replace any emergency stop actuators. All pipes shall be painted to reduce corrosion accept in the burn area. Where bracing, affixing or brackets are needed to secure pipe or fixtures, the contractor shall protect the two metals by means of a separation material that is appropriate. All work shall be accomplished in accordance with Technical Order 35E1-2-13-1. Contractor shall bring the AFTF into complete operational status. System safety inspections, operational checks, and general maintenance requirements shall be conducted. To sustain mission readiness, contractor visits will be closely coordinated with the 30th CES/CEF Readiness Division. DESIGN: The contractor must have experience in servicing and engineering requirements for highly complex live fire training systems and must have a demonstrated history of maintaining complex fire trainers including propane systems and pumping systems. Any company providing these services shall have on staff or under contract a registered fire protection engineer for the entire award period. The contractor shall conduct annual inspection and required maintenance to bring AFTF into complete service. Required submittals shall be presented immediately following the completion of work. The list of the maintenance tasks follows below. Other maintenance not listed may be required to sustain operations within the parameters of Technical Order 35E1-2-13-1. Facility • Fully inspect, functionally test and perform tests and operational checks in accordance with Technical Order 35E1-2-13-1. System safety inspections and operational checks are provided in Technical Order 35E1-2-13-1. COMMENTS: The inspection and equipment price includes routine maintenance/repair/replacement of any of the following parts included in the parts kit procured during this maintenance inspection.: (1) SEALANT, SILICONE, RED(RTV106),10.1oz (2) VALVE, SOL, LIQUID PROPANE,3/4"120/60 (1) NITROGEN PILOT VALVE - EXPLOSION PF (2) CO-AX VALVE 1" - BRASS (6) IGNITOR ASSEMBLY KIT(SEE 3A3290) (4) BUTT SPLICE KIT (1) IGNITION CABLE (1) IGNITION TRANSFORMER, 10,000V 23MA (2) 2-POS SEL SWITCH, KNOB LEVER (2) 3-POS SEL SWITCH, KNOB LEVER SP RTN (1) SOLDER, SILVER (1) REPAIR/REPLACE CORRODED PROPANE PIPE (1) WATER PIPE, SPRINKLER HEADS (1) REPAIR LEAKING NITROGEN SYSTEM A written report shall be furnished to the Base Fire Chief and Civil Engineer indicating the maintenance actions accomplished any item requiring repairs outside the scope of the contract. Copies of the report shall be forwarded to the MAJCOM representative and to HQ AFCESA/CESM. Additional reports will be provided to additional contacts upon request. Reports may be on unique contractor developed standard forms or standard fire protection industry provided they cover all the required tasks in Technical Order 35E1-2-13-1. All the forms used for a specified system must be the same. ADDITIONAL INFORMATION: Contractor shall notify Contracting Officer of any variances in the field immediately. This includes the cost of miscellaneous unexpected rental equipment to facilitate the inspections or repairs. This equipment may include lifts, scales, compressors, welders, heavy equipment, etc. SCHEDULING: Contractor will mobilize an inspection team, order repair parts, new systems, and coordinate inspections with site personnel within three (3) weeks of receiving the purchase order. Contractor assumes that the lead-time for the equipment required for repairs is acceptable and can be acquired within the three (3) weeks of receiving a purchase order. Contractor shall establish an acceptable work plan with the Government prior to start of work. Contractor shall coordinate the ITM/repair tasks with the base personnel at least two weeks prior to performing any work or maintenance. Some support from the base personnel may be required to coordinate testing. Contractor shall establish an acceptable work plan and coordinate all activities necessary for repair prior to start of work. Contractor shall coordinate with VAFB Fire & Emergency Services Readiness Division prior to start of work. GOVERNMENT FURNISHED EQUIPMENT: None INSTALLATION/WORK PLAN: Provide adequate lighting for safe work area and personnel noise protection as required while engaged in work. Contractor shall be responsible for all installation and work. Contractor shall install proper construction marking and tape during work in progress. Contractor shall maintain a hazard free work area daily during ITM. Contractor shall notify site Contracting Officer of the work. Contractor shall provide Full Assessment Report of final ITM prior to final acceptance by the Government. (vi) Beginning of service is to take place 30 days ARO. (vii) The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. (viii) 52.212-2, Evaluation--Commercial Items applies. Quotes will be evaluated on price and technical acceptability. (ix) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, or complete on ORCA website: http://orca.bpn.gov/ with its offer. (x) Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xi) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.204-9--Personal Identity Verification of Contractor Personnel, 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33--Payment by Electronic Funds Transfer--Central Contractor Registration, 52.237-3--Continuity of Services, 52.247-34--F.O.B. Destination, 252.232-7003--Electronic Submission of Payment Requests, and 5352.201-9101--Ombudsman. (xii) Offers are accepted via fax or email and are due by August 26, 2009 at 12pm (PDT). Offers must be broken down to show labor and parts/materials separately. A bid walk down will be held on August 18, 2009 at 9:00am (PST). To participate, you will need to send the names of the individuals that will be attending via email to the primary POC listed below. Individuals will need photo ID, proof of auto insurance and registration in order to gain access. (xiii) You can either contact the primary Contract Administrator, SSgt Jason Burdett (805-606-2480; jason.burdett@vandenberg.af.mil) or the alternate, Ms Tina Mercer (805-605-0488; kristina.mercer@vandenberg.af.mil). Both can also be reached via fax at 805-606-5193.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D99168AG01/listing.html)
- Place of Performance
- Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN01906886-W 20090813/090812000132-d32f97ec64f5132b89aa58d8f9a1fcec (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 |