Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

J -- Wet Chemical Fire Suppression Maintenance - Package #1

Notice Date
8/26/2011
 
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 Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3231174A010
 
Archive Date
10/5/2011
 
Point of Contact
Carol Vickers, Phone: 8508843265, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
carol.vickers@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(carol.vickers@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Wage Determination 05-3033 (Rev. -11) Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number F2F3231174A010 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 4 Aug 2011. This acquisition is 100% set-aside for Small Business concerns. The North American Industry Classification System (NAICS) code for this project is 811310, and Standard Industrial Classification (SIC) code 7699. The Size Standard for NAICS 811310 is $7M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) X001: The contractor shall provide all tools, supplies, equipment and labor necessary to maintain and service wet chemical fire suppression systems at Hurlburt Field, Fl. Inspection service will be performed IAW NFPA 96 and manufacturer specifications as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) X002: The contractor shall provide all tools, supplies, equipment and labor necessary to maintain and service wet chemical fire suppression systems at Hurlburt Field, Fl. Hydrostatic testing service will be performed IAW NFPA 96 and manufacturer specifications as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) X003: The contractor shall provide all tools, supplies, equipment and labor necessary to maintain and service wet chemical fire suppression systems at Hurlburt Field, Fl. Reimbursable parts shall be provided as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) X004: The contractor shall provide all tools, supplies, equipment and labor necessary to maintain and service wet chemical fire suppression systems at Hurlburt Field, Fl. Emergency Services shall be provided as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. X0004AA shall represent the offeror's proposed flat rate for an emergency service call and X0004AB shall represent the offeror's hourly rate for emergency service calls. FAR 52.232-18, Availability of Funds (Apr 1984), Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. NOTICE OF SITE VISIT A site visit will be conducted at 9:00 AM on 7 September, 2011, beginning at 350 Tully St. (Contracting Office), Bldg 90339, Hurlburt Field, FL 32544 for the purpose of providing offerors' the opportunity to assess equipment. In order to participate in this scheduled site visit offeror must submit the names and photo identification numbers of all attendees. Valid driver's license number with state of issue is acceptable. Information must be received by Carol Vickers not later than 1 pm central time on 2 September 2011. Information may be mailed to 1 SOCONS/LGCA, attention: Carol Vickers, 350 Tully St. Hurlburt Field, FL 32544, or e-mailed to: carol.vickers@hurlburt.af.mil. This information must be provided in advance in order to ensure access to the military base /conference site and adequate seating for the attendees. Offerors are encouraged to attend the site visit however, attendance is not a requirement for submission of an offer. Any questions/clarifications arising from this site visit will be posted to FEDBIZOPPS on or about 13 September 2011. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Delivery Terms are FOB Destination for delivery to 1SOCES, 945 Tully Street, Hurlburt Field, Florida 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Carol Vickers 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 20 September 2011, 2:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3231174A010. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil or to carol.vickers@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Offeror's technical proposal shall be submitted along with their cost proposal and shall not exceed 10 pages in its entirety. Technical acceptability will be determined by documented experience (2 years minmum) in the ability to inspect, perform routine maintenance and repair wet chemical fire suppression systems in accordance with the statement of work. Technical acceptability will be determined by demonstrated capability and ability in the following areas: Technical capability - offeror shall demonstrate knowledge of Ansul R-102 systems for inspection, repair and hydrostatic testing. Relevant, recent (within 2-years) and documented experience is required. The technical capability shall provide sufficient information for 1SOCES to determine company is able to meet the requirement as defined in the Statement of Work. Certifications - offeror shall possess manufacturer's certification(s) and any appropriate State of Florida certifications required for working on the systems as defined in the Statement of Work. Certifications shall be provided as part of the technical proposal. Response capability - offeror shall include as part of the technical proposal a response plan for both scheduled maintenance and emergency requirements. This response plan will become a suggested schedule only; final determination on dates/times for service/repair will be established by 1 SOCES. Emergency plan must outline response times for calls (i.e. offeror shall be on-site within four (4) hours of notification). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (Deviation) also apply to this Request for Proposal. This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) shall be incorporated in any resultant award. FAR 52.212-3, Offeror Representations and Certifications (May 2011) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Point of contact is Carol Vickers, Contract Specialist, Phone (850) 884-3265, email: carol.vickers@hurlburt.af.mil; or David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: 1. Statement of Work 2. Wage Determination 3. Offer Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3231174A010/listing.html)
 
Place of Performance
Address: Hurlburt Field, FLorida, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02552522-W 20110828/110827000709-f9c8dfe097c8398f82d30880ee664c0f (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.