Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
SOLICITATION NOTICE

12 -- Provide testing services to a High Expansion Foam (HEF) fire suppression system

Notice Date
3/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-10-R-0005
 
Response Due
3/25/2010
 
Archive Date
5/24/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.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. This is a combined synopsis/solicitation for the testing of the High Expansion Foam (HEF) fire suppression system in B219 with the addition of the new fire pumps in B218 at the Kingsley Field Air National Guard Base, Klamath Falls, Oregon and is prepared in accordance with format 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 is W912JV-10-R-0005 and is issued as a Request for Proposal (RFP). Request for Proposals are due by 03/25/2010, 2:00 p.m. P.S.T, Oregon Local Time. The RFP will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 238220. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: PROJECT DESCRIPTION: The United States Property and Fiscal Office for Oregon is soliciting a proposal for the testing of the High Expansion Forma (HEF) fire suppression system with the addition of the new fire pumps at Kingsley Field, Oregon and will verify that the system meets the requirements of ANGETL 01-01-01 and ETL 02-15. The Contractor shall provide at his/her expense all materials, equipment, and personnel to conduct the tests including items to gain access, measure, or observe specific operations in the test and shall complete this project in accordance with all Federal, State, county, and local regulations and codes. Contractor will protect all facilities, grounds, equipment, and utilities not scheduled to receive work. It is the responsibility of the Contractor to ensure that all safety, OSHA, DEQ, and EPA rules and regulations are observed. Coordination with the Civil Engineering office and the building users ten (10) days prior to start of work is required. The Contractor will not be allowed to work on the base SDO (scheduled day off) Monday without approval of Civil Engineering. The Government will pay for the usage of all utilities required to complete this work. The performance period of this project shall not exceed 3 working days. An organized site visit will be conducted on 18 March 2010 at 1:00 pm P.S.T. Firms shall meet at the 173d Base Civil Engineering Conference room prior to proceeding to the project site. Firms shall be able to provide government issued identification and proof of insurance to gain access to the base. CLIN 0001: General Requirements All system testing shall be conducted in accordance with approved test protocols prepared by the Contractor. Written test protocols including detailed test procedures, documentation sheets, and expected test results shall be submitted to the Contracting Officer within 10 days of award of contract. Approval by the Contracting Officer or her designated representative is required. The Contractor shall clean and restore all systems and areas to normal conditions after completion of tests. The Contractor shall dispose of the discharged HEF foam by foam truck, instead of allowing it to break down over time. The Contractor shall follow both local and State EPA requirements. No foam concentrate shall enter the sanitary sewer system either during or after the foam discharge test. Foam disposal plan shall be approved by base Environmental office prior to offsite transportation. Any foam transported off site shall meet any DOT transportation regulations. A certificate of disposal shall be provided to the base environmental office. HEF system tests and alarm and detection tests shall be performed by qualified manufacturers representatives. The Contractor shall provide the HEF concentrate for testing. After successful completion of all tests, the Contractor shall refill the HEF tank to its full capacity with HEF concentrate. The HEF concentrate piping between the tank and the automated HEF concentrate valve shall also be filled with HEF concentrate after the final testing. All final acceptance tests will be witnessed by the Contracting Officer and/or his designated representative, and by a representative of ANG/CETSC. CLIN 0002: Final Acceptance Tests The Fire Department, the Contracting Officer and/or her designated representatives shall observe all tests. No final acceptance testing shall be conducted prior to the successful completion of all preliminary tests. All final acceptance tests shall be conducted on a continuous, consecutive day basis. The final acceptance tests shall consist of the following as specified: (1) Testing of all valve supervisory (tamper) and alarm switches. (2) Discharge test of the HEF system. CLIN 0003: HEF Discharge Test (Final Acceptance Test) The Contractor shall position a minimum of eight measuring stands throughout the hangar, which are clearly marked at a height of one meter above floor level. Ladders or foam barrels are acceptable as test stands. The one meter level shall be prominently marked so as to be easily observable from all areas of the hangar during the test. The hangar doors shall be in the fully closed position at the start of the test. The fire pumps shall not be running at the start of the test. Fire pump start is expected to occur by remote start when the test begins. The Contractor shall initiate the HEF discharge using a manual HEF release station. The Contractor shall record the passage of time as the foam is discharged. The HEF discharge shall continue until all measuring stands show a minimum of one meter of foam depth in all areas of the hangar to the satisfaction of the Contracting Officer (or her designated representative). At that time, the Contractor shall halt the HEF discharge, and record the duration of HEF discharge in minutes and seconds. The HEF system must cover 90% of the aircraft silhouette area projected on the floor in one minute or less. The HEF system must accomplish the 1 meter (3.28 feet) minimum foam depth in a discharge duration time of 4 minutes or less. Timing for the one minute silhouette standard and the four minute/meter in the hanger bay standard starts at system initiation (e.g. operate a manual release station). If the HEF discharge test fails either the silhouette standard or the meter standard, the test shall be considered failed. EVALUATION FACTORS: Lowest Price Technically Acceptable: Offerors shall provide a narrative describing the testing protocols to be used for this project and an example of where and when your firm used this process, and a proposed schedule or performance period of the project. Price and price related factors: The proposed amount shall be evaluated based on reasonableness and realism. Firms shall provide a breakdown of their pricing per the proposed CLIN structure 0001-0003 to be considered for award. Lowest price technically acceptable does not permit trade offs between price / cost and technical factors. SUBMISSION OF PROPOSAL: Submit your proposal to the USPFO for Oregon, attn: Jody Owens, PO Box 14350 / 1776 Militia Way, Salem, Oregon 97309 no later than 2:00 pm PST on March 25, 2010. Questions pertaining to this solicitation can be directed to Jody Owens at jody.owens@us.army.mil or via phone at 503-584-3773. Questions pertaining to this proposal will need to be submitted no later than March 23, 2010. Offerors proposals shall be valid for a minimum of 90 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items. Award will be made on the basis of the lowest evaluated price of the proposal meeting or exceeding the acceptability standards for non cost factors The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability and be registered in Wide Area Work Flow (WAWF) Vendor Self Registration, http://wawf.eb.mil/. Firms shall submit invoices electronically. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions Far clause 52.203-3, Gratuities FAR clause 52.203-5, Covenant Against Contingent Fees FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel provision 52.212-1, Instructions to Offerors-Commercial Items provision 52.212-2 Evaluation-Commercial Items provision 52.212-3, Offeror Representations and Certifications Commercial Items clause 52.203-3, Gratuities provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR clause 52.219-6, Notice of Small Business Set-Aside FAR clause 52.222-26 Equal Opportunity FAR clause 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans FAR clause 52.222-36 Affirmation Action of Workers with Disabilities FAR clause 52.222-37 Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and other eligible Veterans FAR clause 52.222-41, Service Contract Act FAR clause 52.223-3, Hazardous Material Identification and Material Safety Data FAR clause 52.223-5, Pollution Prevention and Right-to-Know Information FAR clause 52.225-13, Restrictions on Certain Foreign Purchases FAR clause 52.228-5, Insurance Work on a Government Installation FAR clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration FAR clause 52.233-1, Disputes Alternate A FAR clause 52.236-2, Differing Site Conditions FAR clause 52.236-5, Materials and Workmanship FAR clause 52.237-1, Site Visit FAR clause 52.237-2, Protection of Government buildings, Equipment, and Vegetation FAR clause 52.252-2, Clauses Incorporated by Reference FAR clause 252.201-7000, Contracting Officer Representative FAR clause 252.212-7000, Offeror Representations and Certifications Commercial Items FAR clause 252.204-7004, Alternate A, Central contractor Registration FAR clause 252.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country FAR clause 252.233-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Material FAR clause 252.243-7002, Requests for Equitable Adjustments FAR clause 252.247-7024, Notification of Transportation of Supplies by Sea FAR clause 252.227-7023, Drawings and Other Data to Become Property of the Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-R-0005/listing.html)
 
Place of Performance
Address: Kingsley Field Air National Guard Base 221 Wagner St Klamath Falls OR
Zip Code: 97603
 
Record
SN02087885-W 20100312/100310234710-1461cee67836eff7378d34c46f52b7ee (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.