Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2013 FBO #4260
MODIFICATION

42 -- SCBA Tank Repair request for information

Notice Date
7/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068113T0033
 
Response Due
7/26/2013
 
Archive Date
8/10/2013
 
Point of Contact
drew m rontti, Phone: 7607253236
 
E-Mail Address
drew.rontti@usmc.mil
(drew.rontti@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY This is a request for Information (RFI) for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 and the Defense Federal Acquisition Supplement, current to DPN 20130710. The North American Classification System Code is 811310 and the small business size standard is $7.0 Mil. This request for information is being set aside for small business concerns under the NAICS Code 811310. Offers received from concerns that are not registered in the System for Award Management (SAM) as under NAICS 811310 shall be considered non-responsive and will be rejected. Requirement: Fire and Emergency Services Department, Marine Corps Base, Camp Pendleton, California, has a requirement for the following and quotes shall be submitted as such: Clin 0001: Sperian Rebuild Valve Kit Qty: 248 Sperian SCBA tank valve rebuild in accordance with the statement of work Clin 0002: Labor Qty: 1 Labor to complete the requirement in accordance with the statement of work Clin 0003: Hydrostatic Testing Qty: 248 Shall test the cylinders in accordance with the below listed statement of work STATEMENT OF WORK FOR SCBA CYLINDER HYDROSTATIC TEST AND VALVE REBUILD 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to hydrostatic test Luxfer cylinders and rebuild Survivair/Sperian valves. All Valve Rebuilds must be performed at a Certified Test Facility and by a Survivair/Sperian Certified Technician. List of cylinders with serial numbers shall be provided. Due to the number of cylinders, the order will be completed in increments; numbers TBD between Certified Test Facility and Government Representative. There will be a 4-5 day delay between services due to switching out cylinders on the Fire Apparatus requiring service and those completed. 1.1 APPLICABLE PUBLICATIONS. All work performed on the valves shall be done in accordance with (IAW) the manufacturer’s instructions and the following publications and standards and in compliance with the latest issues on the Contract award date is mandatory. National Fire Protection Association (NFPA) standards: NFPA 1852, Selection, Care, and Maintenance of Open-Circuit Self-Contained Breathing Apparatus (SCBA) most current edition 49 CFR 173.34(e) Information about hydrostatic retesting 1.2 HYDROSTATIC TESTING. The contractor shall perform hydrostatic testing on 165 - 30 Minute Luxfer cylinders and 83 - 60 minute Luxfer cylinders IAW NFPA standards and manufacturer’s instructions. A. Other: (1) Each cylinder shall be marked with the date last hydrostatically tested IAW NFPA standards and manufacturer’s instructions. Any deficiencies identified, which are not covered under this contract, shall be brought to the attention of the Contracting Officer or QA for correction with an estimate of the cost for repair. 1.3 INSPECTIONS. The contractor shall perform a visual inspection of each cylinder & valve IAW NFPA standards, Survivair/Sperian and Luxfer manufacturer instructions at the time of the hydrostatic testing. Any deficiencies identified, which are not covered under this contract, shall be brought to the attention of the Contracting Officer or QA for correction with an estimate of the cost for repair. 1.4 VALVE REBUILD. The contractor shall provide 165 Sperian Rebuild Kits for 30 minute Hoop Wrapped Cylinders and 83 Sperian Rebuild Kits for 60 minute Carbon Fiber Wrapped Cylinders, labor to remove, re-build and re-install and torque the 248 valves onto the tanks within Manufacturer’s requirements. 2. SERVICE DELIVERY. Cylinders shall be picked-up and delivered to Fire Station 1, bldg. 22131. The cylinders and valves shall be back in service no later than (10) days after pick-up. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government shall have the cylinders on a pallet wrapped, a list of cylinders and serial numbers; ready for the Certified Test Facility to pick-up. 4. REPORTING REQUIREMENTS. A report is to be provided identifying each cylinder (by serial number) for each valve rebuild performed and hydrostatic test results. The report will also include a point of contact with phone number and date rebuild completed. See Questions shall be submitted to the contract specialist no later than 3PM PST Wednesday July 24th. Submission of Quotes Quoters responding to this announcement must have an active registration in the System for Award Management (SAM) to be eligible for award (NO EXCEPTIONS). This includes providing all the information contained in A response for this request shall be submitted via email or facsimile to the following: Email to: drew.rontti@usmc.mil Faxed to: 760-725-4346 OR Hand carried to: Regional Contracting Office Bldg 22180 MCB Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Friday July 26th, 2013, at 1:00 p.m. Pacific Standard Time. Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068113T0033/listing.html)
 
Record
SN03123423-W 20130724/130722235001-2c4f178b651180e5344b4e796dd9c325 (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.