MODIFICATION
J -- PREVENTIVE/REMEDIAL MAINTENANCE SERVICE FOR THE FIRE ALARM SYSTEM LOCATED THROUGHOUT TOBYHANNA ARMY DEPOT, TOBYHANNA PA, FOR A PERIOD OF ONE YEAR.
- Notice Date
- 6/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-12-R-0026
- Response Due
- 6/28/2012
- Archive Date
- 8/27/2012
- Point of Contact
- JANE ALLARDYCE, (570)615-7645
- E-Mail Address
-
ACC-APG - Tobyhanna
(jane.c.allardyce.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Amendment 0002 to RFP W25G1V-12-R-0026 is to make the following changes to the combined synopsis/solicitation Attachment 1, Performance Work Statement, answer offeror questions received and extend the offer due date: 1. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1 Paragraph 2.1.3 b), after ".....normal operation" ADD: "before any scheduled inspections are performed." Offeror question received with the government's response: Q1. In a discussion regarding the Daily Maintenance, para 2.1.3 in the spec, is it the intent to handle any and all of the alarms, supervisories and troubles that had reported on the paper print out of the Vision 21 system first before any scheduled inspections are performed? A1. Yes, the systems need to be fully operable before any scheduled maintenance is performed. See Attachment 1, Paragraph 2.1.3 b) as per this amendment Paragraph 1 above. 2. Reference combined Synopsis/Solicitation W25G1V-12-R-0026 Attachment 1, Paragraph 2.1.5 a) and b), ADD: "The government will provide a composite drawing of the buildings and the contractor will mark the drawings as to which units were tested with the results." Offeror question received with the government's response: Q2. Where do we get drawings required for the specified report? A2. The government will provide a drawing of the buildings. See Attachment 1, Paragraph 2.1.5 a) and b) as per this amendment Paragraph 2 above. 3. The following offeror questions were received and are provided with the government's response: Q3 (a) Is it the intention of the AHJ at Tobyhanna to perform random testing as specified under the Annual Maintenance PWS section in addition to Annual Testing and Inspections which are required by NFPA 72? (b) In a discussion regarding the annual Maintenance in Paragraph 2.1.5 a-e in the spec. It was made known that testing the systems would be too costly to test the fire alarm systems 100% each year as required by NFPA code. Is this the true intent of the Post to only test the systems as listed in the specification? If so, may we get a list of fire alarm devices in these buildings? A3. Performance will be in accordance with solicitation attachment 1, Performance Work Statement, provided as Attachment 1 to Amendment 0001. The contractor will randomly test 15-20% of the smoke detectors and 15-20% of the heat detectors located in each building. A list of the fire alarm devices was provided as Attachment 2 to Amendment 0001. Q4. Will we have access to the past five years of annual test and inspection reports? A4. There has not been preventive maintenance performed on the fire alarm system. There are no previous inspection reports available. Q5. Will we have access to the Fire Alarm Systems as-built drawings and system power calculations? A5. The awarding contractor will have access to all as-builts and information the government has on the system. Q6. PWS paragraph 5, Cultural Resources. How will the contractor know if something is listed on the National Register of Historic Places? A6. If applicable, the government will inform the awardee of any historic buildings. Q7. PWS paragraph 8, Endangered Species. Will you provide the contractor with a copy of the Endangered species Act of 1973? A7. If applicable, this is available at http://www.fws.gov/laws/lawsdigest/essact.html/ Q8. PWS paragraph 10, Energy Efficiency. How will you document that we are in compliance? A8. This is for new construction at federal facilities. This is a preventive maintenance and remedial repair requirement Q9. PWS paragraphs 11, 12, 13, 14, 15, 16, 19, 20, 23, 24, 25, 26, 28, 29 and 30. How will the contractor show compliance? A9. These are general standard specifications under the National Environmental Policy Act. It is the governing directive should the contractor encounter any of these situations.. Q10. May we get comprehensive list that would breakout and or denotes the Fire Suppression Systems? A10. Please refer to the revised Statement of Work and point listings that were provided as Attachments 1 and 2 to Amendment 0001. Q11. It was discussed that the contractor might be responsible for purchasing spare parts and keeping them in the contractor's stock rather than keeping the spare parts on Post. Is the Post willing to keep the parts on-site? If so, this can benefit the Post from a possible additional truck/travel fee that some companies charge. A11. Reference combined Synopsis/Solicitation Attachment 1, subparagraph 2.1.6.4 and the requirement to submit a recommended spare parts list within six months of initial inspection. Where any acquired spare parts are kept will be discussed with the awarding contractor. This is not a requirement to be included in the proposal. Q12. We talked about Buildings 515 and 516 being connected via the SigCom Radio monitoring system. Will this be an added cost above and beyond the agreement or will this need to be included in our pricing? A12. Building 515 and 516 are connected through an automatic dialer that calls the fire station in the event of a trouble, supervisory, or alarm. The contractor will be informed by the fire department when a call comes from the auto dialer. This work would be covered under remedial repair. Q13. In a discussion regarding the Vision 21 Systems located in Building 17 and Building 20 in paragraph 2.1.2 c. in the spec. It was made known that the system located in Building 20 is powered down and is redundant server to Building 17. What are the Post requirements as far as backing up the powered down redundant server in Building 20? Is the intent to only power it up as changes are made to Building 17? A13. Solicitation Attachment 1, paragraph 2.1.2 c) states the contractor shall also program the identifiable points in the vision 21 located at Buildings 17 and 20. When a device is added or removed by the awarding contractor, the contractor is responsible for programming that device into the unit. Q14. In section 7.1 it mentions that the contractor shall have certified training to all units provided. Will NICET Certified techs be acceptable for testing the system? According to the UFC 3-601-2 NICET Certification is acceptable. Also it is standard practice in the industry for companies to have a crew that performs inspection testing and a crew to perform systems repairs/programming. A14. This requirement does not follow the UFC 3-601-2. Per solicitation Attachment 1, paragraph 7.1, the contractor or any subcontractor shall be required to have certified training related to all units provided in section 1.1. If there is a manufacturer the contractor is not certified to work on, then a certified sub-contractor should be used for programming. Q15. In section for Daily Maintenance it is mentioned the contract will proceed to make all necessary repairs to return the system to normal operation. How will the service work for returning the system to normal operation be billed? Or is it to be part of the proposal? A15. The daily maintenance is scheduled maintenance. Any repair work will be considered remedial repair and is covered under paragraph 2.1.6 in Attachment 1. The proposal is based on scheduled maintenance only. Q16. Is the contract to be invoiced in 12 equal monthly installments? A16. Per solicitation Attachment 1, paragraph 4.1, invoices shall be submitted monthly. A schedule of all "scheduled maintenance" is to be submitted to the COR within five (5) days after award per solicitation Attachment 1, paragraph 2.1.1. It does not have to be invoiced in equal monthly installments, invoicing can be based on the amount of scheduled maintenance completed that month. 4. Reference Solicitation Attachment 1, paragraph 2.1.2, Change subparagraphs "All submittals shall be approved by the COR" to "d)" and "Contractor shall update any graphics that are required" To "e)". 5. The Proposal due date has been extended: DELETE: 27 JUNE 2012 @ 3:00 P.M. ADD: 28 JUNE 2012 @ 3:00 P.M. 6. All other terms, conditions, and requirements of the solicitation remain the same.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f9971448b08c9b77b894ccb05b0579c6)
- Place of Performance
- Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02785582-W 20120627/120625235551-f9971448b08c9b77b894ccb05b0579c6 (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 |