Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOLICITATION NOTICE

42 -- Servicing 61 Halon Bottles

Notice Date
9/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
142 FW/MSC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV-13-T-4019
 
Response Due
9/23/2013
 
Archive Date
11/12/2013
 
Point of Contact
Steven Brunmeier, 503-335-4486
 
E-Mail Address
142 FW/MSC
(steven.brunmeier@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation F8T3CE3240A001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 811310 and the small business size standard is $7,000,000. The following commercial items are requested in this solicitation; CLIN 0001 - Perform six year maintenance and service on 61 Halon Bottles. Service shall include replacement of valve stem and o-rings as needed. Please see attached Statement of Work below. Please include freight in your quote and please make quote good until September 30, 2013. QTY: 1 total Unit of Issue: EA Items shall be received with 30 days FOB: Destination for delivery to: Oregon Air National Guard, 6801 NE Cornfoot Road, Portland Oregon, 97218 PERFORMANCE WORK STATEMENT FOR MAINTENANCE AND SERVICING OF 150 LBS HALON FIRE BOTTLES 1.1DESCRIPTION OF SERVICES: Contractor shall provide all, tools, equipment, supervision and labor necessary to inspect and repair 61 each 150 LBS Halon Fire Bottles at Portland Air Base, 6801 NE Cornfoot Road, Portland OR 97218. 1.2INSPECTION & MAINTENANCE: Corrective maintenance will be provided to return a fire extinguisher to full operating capability as described below. Guidance for the inspection and maintenance/repair of the 150lbs Halon Fire Bottles: 1. Perform 6 year inspection and maintenance per NFPA 10 standards. a) Corrosion Inspection required every 6 years. (Internal and External). Inspection & Testing: Conducted on all 61 150lbs Halon wheeled extinguishers using the NFPA standards. 2. Halon will be removed from the bottles and stored on site while work is being performed. Vendor will need to supply the Halon Storage tank. Tasks Include: a) Bottles will be disassembled and cleaned internally, externally and inspected for serviceability. 3. Contractor can take a maximum of 15 bottles out of service at one time. 4. Contractor will inspect exterior paint, labels and necessary parts. All hoses, gauges, labels will be replaced or accomplished as required. Contractor will consult with the Contracting Officer's Representative, COR if any questions arise concerning replacement parts. 5. Contractor Costs will include: a) Inspection - Disassemble and Reassemble Extinguisher Bottles b) Hydrostatic testing (If required) c) Replacement Parts d) Pick-up and delivery e) Standard Commercial Warranty 1.2.1. Labeling. Contractor shall replace Halon Fire Extinguisher identification labels, classification symbols, product inspection stickers/plates/decals/service collars and other required information labeling if the originals are damaged or missing. Labeling shall be as specified in NFPA 10 and manufacturer's requirements. 1.2.2. Hydrostatic Testing. Contractor shall hydrostatically test extinguishers as specified in NFPA 10 and manufacturer's requirements (If required). Contractor shall attach a sticker/plate identifying pertinent information on all extinguishers that pass the test. Halon Fire Extinguishers that fail the hydrostatic test shall be identified and returned to the government. 1.2.3. Six-Year Maintenance. Contractor shall perform six-year maintenance in accordance with NFPA 10 and manufacturer's requirements. Contractor shall attach a sticker or plate identifying pertinent information on all extinguishers that pass the six-year maintenance. 1.2.4. Replacement Parts. Contractor shall perform repair of fire extinguishers with reimbursement by the government for all parts replaced. The contractor's monthly invoice will specify the parts replaced for each extinguisher serviced. 1.2.5 Material Safety Data Sheets, And Labels: The contractor shall maintain a copy of the Environmental Protection Agency or State Registered Labels, plus Material Data Sheets for all solvents, inhibitors, or solutions used in connection with this contract; Material Data Sheets are also required for all hazardous materials defined in federal Standard 313c. Identical back-up copies of these documents shall be given to the Base Safety Officer and the contracting Officer prior to the start of any work. 2.0REPORTS: Contractor shall submit a complete report of all maintenance, Halon release, and servicing accomplished for each extinguisher serviced. Maintenance Reports are due within five business days after each group of extinguishers is returned to service. Reports shall be submitted to the Government representative responsible for this contract. All records, documents, and associated papers provided by government or contractor during the period of this contract become government property and will be returned to the government upon contract termination or completion. During the contract period, all records, documents, and associated papers will be available for government review. 3.0ENVIRONMENTAL PROTECTION: Contractor shall ensure that the purchase, use, handling, storage, and disposal of all toxic, hazardous and special materials and wastes are in accordance with federal, state and ANG/Air Force Environmental Protection Regulations. An EPA compliant recovery system is required to perform this contract. 3.1Contractor Special Qualifications. Personnel performing testing, maintenance, servicing, and recharging shall be trained and have the appropriate servicing manual(s), the proper types of tools, recharge materials, lubricants, and manufacturer's recommended replacement parts or parts specifically listed for use in the fire extinguisher. The personnel shall also have all EPA required certification to handle and transport hazardous material (Halon 1211). Table 1.Service/Delivery Summary. Performance ObjectivePWS ParaPerformance Threshold Perform Service and Maintenance on Halon Fire Extinguishers: Fire extinguishers are properly inspected/repaired, labeled, and recharged. All work is completed In accordance with NFPA 10 regulations and MFG Specification 1.1. and 1.2. If additional halon is need, contractor will draw halon from a full extinguisher, reducing overall inventory and cost. An emptied extinguisher must be certified by contractor that it is in fact empty by all State and Federal Regulations Reports: Reports are submitted within five business days after each group is completed 2.0All reports turned in within five business days after group of extinguisher is received. Environmental Protection. Comply with federal, state, and local Environmental Standards. 3.0Zero violations Halon 1211 Technical Order for Halon 1211 extinguishers Extinguishers listed in Table 2 Table 2 QtyTypeSizeBuilding locationPortable/Wheeled 61Halon 1211150 lbsFlight lineWheeled GENERAL INFORMATION 4.0QUALITY CONTROL. Contractor shall use its own internal quality control processes to ensure services are performed in accordance with commonly accepted commercial practices and this PWS. 4.1Quality Assurance: Government will evaluate performance in accordance with Contractor's standard Commercial Quality Assurance Inspection and Repair Practices. 4.2Government Remedies: Contracting officer shall follow the guidelines of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Oct 2003), for contractor's failure to perform or to correct nonconforming services. 5.0HOURS OF OPERATION: Monday through Friday 0700 -1530 hours, except for emergency responses. 6.0SECURITY REQUIREMENTS: Contractor is not required to have a security clearance. Contractor requests an escort and will be escorted into any area requiring clearance. 6.1Physical Security: Contractor shall be responsible for safeguarding all government furnished property. 6.2Force Protection Requirements: Contractor and employees will be required to complete 142nd Base Security Access form before contract performance. 6.3Comply with all applicable security conditions: The contractor will be provided guidance and appropriate instructions regarding these conditions at the pre-performance meeting. 6.4Ensuring all contract employees are provided antiterrorism information prior to performing under the contract. Government will provide relevant training information for contractor use at the post award conference if required. 6.5Contractor Personnel: Contractor shall identify to Contracting Officer (CO), a point of contact who has full authority to act on behalf of contractor on all operational aspects of the contract. 6.6Security Police and Fire Protection. Emergency services are provided through the base by calling Fire Alarm Control Center (FACC) at 503-335-4890 6.7Security: The contractor shall be responsible for obtaining all necessary cards, passes, badges, buttons, decals, or other items required for access to the areas in which the work will be performed. Contractor will provide a list or lists of authorized personnel to the contracting officer or their representative five work days prior to notice to proceed to allow for processing of base access paperwork. This includes deliveries of any kind. 6.8Special Qualifications: Contractor personnel shall wear company approved uniforms and possess proper identification licenses/tags /badges. Contractor vehicles shall have the company name/logo prominently displayed whenever possible. Company and POV vehicle information will provided at least 1 day prior to arriving at Portland Air Base. 6.9All vehicles operated by the contractor shall be in good operating condition and meet all local, state and Federal safety, licensing and operating requirements. All vehicles must be operated in accordance with base traffic regulations. Personnel operating vehicles (by the contractor) shall meet all local, state and Federal licensing and operating requirements. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes must be sent to (Steven Brunmeier, GS-11 at: Fax 503-335-4487; e-mail steven.brunmeier@ang.af.mil or call at 503-335-4486; Quotes are required to be received not later than (September 23, 2013 at midnight). **** Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV-13-T-4019/listing.html)
 
Place of Performance
Address: 142 FW/MSC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
 
Record
SN03187579-W 20130915/130913235604-6b67ae77fc7524d34ad515e29a4f7bff (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.