SOURCES SOUGHT
S -- Carbon Dioxide Fire Extinguisher Services BPA
- Notice Date
- 6/5/2012
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-A-0050
- Archive Date
- 6/23/2012
- Point of Contact
- Mohamed Hussein, Phone: 9375224594
- E-Mail Address
-
mohamed.hussein@wpafb.af.mil
(mohamed.hussein@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS FOR CARBON DIOXIDE FIRE PROTECTION SERVICES 30 MAY 2012 Sources Sought Solicitation Number: FA8601-12-A-0050 1.0 INTRODUCTION: This is a sources sought synopsis stating that the United States Air Force is seeking potential vendors for a contemplated competitive solicitation for a Blanket Purchase Agreement for work consisting of providing normal service, yearly inspections, testing, and emergency maintenance for three (3) high pressure carbon dioxide fire suppression systems and one (1) low pressure carbon dioxide system installed between 1940 and 2008 and one (1) Aqueous Fire Fighting Foam (AFFF) system at the Wright-Patterson Air Force Base, Ohio. This sources sought synopsis is intended for informational purposes only. The NAICS code for this action is 561621- Fire Alarm Monitoring and Installation Services size standard $12.5 Million. 1. SCOPE OF WORK. The work shall consist of providing normal service, yearly inspections, testing, and emergency maintenance for three (3) high pressure carbon dioxide fire suppression systems and one (1) low pressure carbon dioxide system one (1) Aqueous Fire Fighting Foam (AFFF) system. The Contractor shall furnish all equipment, labor, and materials, and shall perform all operations necessary to complete the work at Wright Patterson Air Force Base, Ohio. 2. LOCATION a. The site of the work is following buildings in Area B, Wright-Patterson AFB, Ohio. (WPAFB) (1) Building 18, one 17-ton bulk tank unit, Chemtron brand (low pres.) (2) Building 18B, Room 50 transformer vault, Room 51 transformer vault (low pres.) (3) Building 18C, Research Cell (RC) 18, RC 20, RC 21, RC 22, B003 (low pres.) (4) Building 18E, RC 22, RC 24, transformer vault Rm 50A (low pres.) (5) Building 18, Room 12, separate high pressure CO2 system (6) Building 490, Room 152, separate high pressure CO2 system (7) Building 490, Room 148, AFFF system (8) Building 71B, D-Bay, separate high pressure CO2 system b. The Contractor shall contact the Propulsion Directorate, AFRL/RZOEE, or an authorized Government representative a minimum of 72 hours before starting site operations. The phone number of the Government Representative will be provided at time of award. c. The Contractor shall visit the work area to become thoroughly familiar with all details of the work and working conditions, verify dimensions in the field, and advise the CO or an authorized Government representative of all discrepancies before performing any work. d. All work areas will remain occupied by Government personnel during performance of work. 3. COORDINATION AND SCHEDULING a. The Contractor shall coordinate all work with an authorized representative of the CO, Project Inspector, or the Real Property Building Manager (RPBM) for each building where a system is located to determine and ensure that work meets Government specifications. b. The Contractor shall provide a proposed work schedule for review and acceptance by the CO or by an authorized Government representative prior to starting any work. Because of the specialized operations in some areas protected by the CO2 and AFFF systems, the contractor may be required to perform the operations after normal working hours or on weekends. c. The Contractor shall perform the inspections to ensure that fire safety equipment meet the standards outlined in this document. 4. FIRE SAFETY a. The Contractor shall obey all requirements of the National Fire Protection Association (NFPA) 12 and Air Force regulations as outlined in Sections 7, 8, 9, 10, and 11 of this sources sought synopsis. b. The Contractor shall not do any welding or use any flame apparatus without obtaining prior clearance from the Fire Inspector. Any welding should be performed by a certified welder. The Contractor shall notify the Fire Inspector 24 hours in advance of the intended use of any flame apparatus. When using flame apparatus, the Contractor shall provide fire protection devices, such as noncombustible coverings and fire extinguishers, as requested by the Fire Inspector. 5. APPLICABLE PUBLICATIONS a. The Contractor shall comply with all required forms, specifications, and regulations, using the most up to date issue that is in effect on the date of the request for proposal. NFPA 12, Standard on Carbon Dioxide Fire Extinguishing Systems 1. Appendices to the referenced publication shall be considered part of the standard. Advisory portions of the standard shall be considered mandatory as if the word "shall" were substituted for the word "should." Any reference to the "Authority Having Jurisdiction" shall be interpreted to mean the Base Fire Protection Engineer. 6. PROTECTION OF GOVERNMENT PROPERTY AND PERSONNEL a. Work areas include the following: (1) Actual Construction Site; areas in which the work shall be accomplished or performed. (2) Storage Areas; areas used for the storage of materials and equipment to be used in the work. (3) Office and Shed Areas; areas for placing temporary field office, tool, or storage sheds. (4) Transportation Areas; areas that are defined as streets, roads, driveways, parking areas, or grass areas used for transportation purposes. b. Protect Government and Non-Government property and personnel from inconvenience and damage or injury of any nature. c. Accomplish all work in accordance with the provisions of Federal, State of Ohio Industrial Commission, and American Standard Safety Code for Building Construction, American Standard Association, applicable parts of Base Safety and Fire Prevention regulations, Air Force regulations, and such other measures as may be deemed applicable by the Base Ground Safety Office. The Air Force Project Inspector will assist in matters of safety and compliance for all Contractor safety requirements. d. The Contractor shall, with assistance from base personnel, locate all existing utility lines in the field before starting excavation of any kind. Contractor shall process an AF Form 103, Civil Engineering Construction Permit, prior to the excavation. Contractor shall notify base personnel 48 hours in advance to schedule an on-site clearance. e. The Contractor shall furnish, place, and utilize barricades per safety requirements. The Contractor shall keep access entry points and doors clear at all times. 7. STORAGE AND PROTECTION OF MATERIALS a. The Contractor shall store and secure all material used in the performance of the work. b. Access to on-base storage facilities is generally not available to contractors. If on-base, Government-provided storage space is not available, the Contractor shall provide a building, trailer, or other facility for storage of materials. Such storage facilities shall meet Air Force and Base fire regulations and approved by the Fire Inspector. The storage building, trailer, or other facility shall be sited and coordinated with the Base Civil Engineer. The facility shall be clearly marked on the outside with the name of the contractor and a day and evening phone number of the Contractor's point of contact in cases of an emergency. c. No materials shall be stored in unapproved storage areas. Whenever used in this document, "unapproved storage areas" means facilities not approved by the Fire Inspector for use or storage facilities that were approved by the Fire Inspector but that are not properly marked. d. The Contractor shall deliver materials to the site in good condition and free of defects. The Contractor shall store material in an organized fashion to maintain the area "fire-safe". Materials shall be protected from contact with the soil, moisture, and environmental elements until ready to be used. Materials shall be labeled for ready identification. Labels shall include name of manufacturer, and name and number of product. Damaged materials shall be removed from the site and replaced with approved materials. Contractor is responsible for inventory of items and accountability. 8. REMOVALS AND SALVAGE. a. The Contractor shall remove all excess items required to complete work and avoid obstruction. b. All removed materials shall become the property of the Contractor unless otherwise designated by the Government. Remove all materials from the work area's daily and dispose of materials off-base. 9. DAILY CLEAN-UP a. The Contractor shall keep the work area clean of all debris on a daily basis or more often as required and keep storage areas clean and orderly at all times. b. The Contractor shall dispose of combustible wastes at the end of each workday. Under no circumstances shall combustible waste accumulate. 10. UTILITIES a. The Contractor may request access to government utilities which are readily available in the work area (e.g. house current or tap water in buildings). Such a request must be approved by the CO or an authorized representative of the CO before the Contractor uses any Government utilities. b. Required utilities, which are not readily available in the work area or which would cause significant expense or inconvenience to the government, shall be provided by the contractor. c. Maintain all utilities for the duration of the work. The Contractor shall coordinate within 8 hours through the CO or through an authorized Government representative of the CO to request temporary disconnection of a utility for ANY period of time. d. All utility shutdowns for the purpose of disconnecting or connecting services which will affect areas outside the immediate work area shall be accomplished after normal base work hours or on weekends. Normal hours of operation are 0800-1630 Monday through Friday excluding Federal holidays, unless circumstances require contractor to work outside of the aforementioned parameters. e. Utility shutdown requests shall be accomplished in writing fourteen (14) full days in advance of the necessity for the shutdown. The request shall contain the following: (1) Name of contractor (2) Requested date for shutdown (3) Duration of shutdown (4) Buildings or parts of building affected (5) Utilities affected (6) Reason for shutdown f. The Contractor shall not proceed with shutdown until all approvals have been obtained and a signed AF Form 103, Civil Engineering Construction Permit, has been issued. g. Damage of any nature caused by work shall be repaired or damaged property replaced at no expense to the Government. If the Contractor does not satisfactorily repair in accordance with AF Regulations stated in Sections 8 through 12 of this DOCUMENT, or replace the damaged property, the Government reserves the right to take any necessary corrections and charge the Contractor. The Contractor shall reimburse the government for consequential damages for all materials and labor used in the corrections. 11. ENVIRONMENTAL PROTECTION a. Do not discharge fuels, oils, pesticides, or any other toxic or hazardous substance into the storm or sanitary sewers of WPAFB. Use all means available and necessary to control dust and prevent erosion on the construction site. b. Open burning is not permitted on base. c. Control litter at all times by keeping it in containers. Remove construction debris from WPAFB and dispose of it in a State approved landfill. d. Remove all equipment, drums, containers, and all other construction material upon contract completion. e. Coordinate with the 88th Environmental Management Branch, 88th CEAN, (937) 257-7152, prior to the start of any contract involving the removal and disposal of asbestos, polychlorinated biphenyls, or other regulated hazardous waste. 12. SUBMITTALS a. The Contractor shall submit for approval all items described below: (1) Contractor's test plan as described in Section 14a. (2) Contractor's test report as described in Section 14c. (3) Manufacturer's information on all parts and components installed in the system by the contractor. Manufacturer's recommended testing procedures shall be provided also. Information shall be original copies and shall clearly show the model or style of component installed. 13. WORK TO BE COMPLETED a. The Contractor shall conduct a complete inspection and test of each fire suppression system on a yearly basis. The test shall include all functions of the system and devices listed below. A full discharge test is not required; however, a spurt test shall be performed (see Section 14a (12) for details). Seven (7) days prior to conducting the test, submit a detailed test plan to the RPBM and authorized CO Representative showing the devices and functions to be tested, the procedures used to perform the test and the schedule to be followed. The test plan must be approved by the CO or an authorized representative of the CO and the Base Fire Protection Engineer prior to beginning the tests. The following apply to all systems included in this contract and fulfillment of these tests constitutes a "complete inspection." Inspections and tests shall be conducted after fire suppression systems have been isolated from the main building alarm system by the base alarm shop. (1) Test the operation of all detectors in accordance with the manufacturer's recommendations. Provide a copy of the manufacturer's recommended testing procedure with the test plan required above. (2) Test the operation of all manual actuators. (3) Test the operation of all timers to assure the proper discharged time for each hazard. (4) Test the operation of all electromechanical pilot valves. (5) Test the operation of all master and selector valves. (6) Check the integrity of all piping, valves, and nozzles. Check and adjust the orientation of nozzles to ensure coverage of the hazard. (7) Test the operation of all audible and visual alarm indicating devices that are part of the fire suppression system. (8) Test the operation of all interlocks that are actuated by discharge of the fire suppression system. The tests are limited to assuring proper output signals from the existing system and controls. The Contractor shall not be responsible for operation of the interlock equipment unless it is a part of the fire suppression system. (9) Test the operation of all control panel functions and supervisory devices. This shall include a test of the secondary power supply. (10) Test the integrity of all electrical circuits within the system to assure there are no ground faults and the circuits are properly supervised, in accordance with the standards set forth in NFPA 12. (11) Test the operation of the refrigeration system and controls, including supervision of tank level and pressure. (12) Conduct a spurt test of each hazard to ensure that all nozzles and piping are free of obstructions. A spurt test is defined as an actuation of the system until the extinguishing agent can be seen discharging from each nozzle. As soon as discharge can be seen from each nozzle the test is terminated. The purpose of the test is to assure that all valves open properly and that all piping and nozzles are free of obstructions. (13) Provide liquid carbon dioxide to fill the low pressure CO2 systems. (14) The Contractor shall replace and/or maintain all signs pertaining to the fire suppression system. (15) The Contractor shall respond and arrive on base to emergency calls from the CO or an authorized representative of the CO within 24 hours of the repair call unless otherwise mutually agreed upon by the contractor, the CO, and/or the representative of the CO. b. The Contractor shall make repairs and modifications to the systems as required and approved by the Base Fire Protection Engineer. c. The Contractor shall submit two (2) copies of a complete report within fifteen (15) days of the conclusion of all inspection and testing, to the CO or to the authorized representative of the CO for review by the Base Fire Protection Engineer. The report shall contain the following: (1) A description of all actual tests conducted and the results of each test. (2) A complete description of all repairs and adjustments made by the contractor. (3) A description of additional work recommended by the Contractor to improve the performance or reliability of the system. Include an estimated cost for completion of each recommended change and a description of equipment required to complete the change. (4) Before and after pressure reading shall be submitted along with the before and after tonnage of the CO2 tank. (5) Certification that the systems were left in operating condition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-A-0050/listing.html)
- Place of Performance
- Address: 1950 5TH ST, B20018 R6, Wright Patterson AFB, Ohio, 45433-7251, United States
- Zip Code: 45433-7251
- Zip Code: 45433-7251
- Record
- SN02766949-W 20120607/120605235801-b502eb02914b584ecd0a26c1a540cab2 (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 |