SOLICITATION NOTICE
42 -- Military Sealift Fleet Support Command's Training Facility-East fire extinguisher service requirement
- Notice Date
- 12/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-10-T-3010
- Archive Date
- 1/25/2011
- Point of Contact
- Jessie Garcia, Mrs., Phone: 757-443-5967
- E-Mail Address
-
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 number is N40442-11-T-3010, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, effective 29 OCT 2010. NAICS code 423990 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order with options for fire extinguisher service in support of the Military Sealift Fleet Support Command Training Center-East in Freehold, New Jersey with the following service: Location: Military Sealift Fleet Support Training Center East 1029 Route 33 East Freehold, New Jersey 07728 Tel: (732) 938-4979 Fax: (732) 039-4615 1) General Statement: During the course of basic and advanced fire fighting training conducted at the MSFSC Training Center East, each student is required to handle and discharge 15 lb. portable carbon Dioxide (CO2) fire extinguishers and 20 lb. ABC Dry Chemical extinguishers during their practical assessments. The number of extinguishers discharged varies widely based on the proficiency of each student, the number of students in each class and the total number of classes in a year. The estimated monthly average number of fire extinguishers is fifty-seven as a combined total for both types. This Statement of Work is for expended training CO2 and ABC Dry Chemical extinguisher inspection and refill, including round trip handling fees between the MSFSC TC-East and the vendor's facility. 2) Contract Requirements The inspection procedure is broken down as follows: 1) Upon receipt at vendor facility, each CO2 cylinder is inspected to verify whether or not it requires hydrostatic testing (fee applies for hydro testing). If the cylinder is out of date, hydrostatic testing is performed. If the cylinder passes, it continues through the inspection and refill process. If the cylinder fails hydrostatic testing it is condemned and removed from service (TC-E notified). 2) Cylinders which pass Hydrostatic testing are then inspected for functionality of the discharge valve assembly. If the discharge valve assembly is intact and operating properly, the cylinder is then recharged with CO2 (fee applies for recharge). If the discharge valve assembly is damaged or inoperable, the valve and associated seals/consumables are replaced prior to the cylinder being recharged with CO2 (fee applies for valve, seal and consumables replacement). 3) Once each cylinder is recharged with CO2, the cylinder is inspected to see if the discharge safety pin and/or lanyard are still in place. If the pin has been retained, it is reinserted into the discharge valve handle to prevent accidental discharge and secured with a plastic seal indicating the unit recharge is complete and the unit is ready for service. If the safety pin and/or lanyard are missing, a new safety pin and/or lanyard are installed and sealed (fee applies for pin and/or lanyard as needed), indicating that the recharge is complete and the unit is ready for service. 4) Regarding the recharge of the 20 lb. ABC Dry Chemical extinguishers, the process outlined above would remain the same with the only variation being the cost of the recharge of ABC agent vice the cost of CO2. The requested initial period of performance for the above service is 1 February 2011 to 30 September 2011. Option period 1: 1 October 2011 to 30 September 2012 Option period 2: 1 October 2012 to 30 September 2013 Option period 3: 1 October 2013 to 30 September 2014 Option period 4: 1 October 2014 to 30 September 2015 (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the period of performance. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 hours of the end of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Wage Determination 2005-2351 revision 9 dated September 1, 2010 applies to the labor occupation code 23310 of fire extinguisher repairer. Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price broken down per extinguisher, per type, per service for each period of performance. 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 10 January 2011 at 0900 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Jessie.garcia@navy.mil or faxed via 757-443-5979 Attn: Jessie Garcia. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a92d71c0e6a6ae972e50270c45b3ed74)
- Place of Performance
- Address: 1029 Route 33 East, Freehold, New Jersey, 07728, United States
- Zip Code: 07728
- Zip Code: 07728
- Record
- SN02352377-W 20110101/101230233617-a92d71c0e6a6ae972e50270c45b3ed74 (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 |