Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOLICITATION NOTICE

49 -- 49--ANNUAL FIRE PROTECTION INSPECTIONS

Notice Date
8/17/2020 7:16:32 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2320Q0334
 
Response Due
8/24/2020 12:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT:0001 FOR SOLICITATOIN: 140A2320Q0334 IS TO CHANGE SET ASIDE TO 100% SMALL BUSINESS Change Site Visit to August 17-20, 2020 The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Tuba City Boarding School, PO BOX 187, 306 Main Street, Tuba City, AZ 86045. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is set aside 100% Small Business Set Aside. In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is 561621. DESCRIPTION: Contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision and incidentals necessary to deliver chrome books IN ACCORDANCE WITH (IAW) the below Statement of Work (SOW). LN Product No. Description Annual Fire Alarm System Inspection PERIOD OF PERFORMANCE: BASE YEAR 9/1/2020 to 8/31/2021 OPTION YEAR 1: 9/1/2021 to 8/31/2022 OPTION YEAR 2: 9/1/2022 to 8/31/2023 OPTION YEAR 3: 9/1/2023 to 8/31/2024 OPTION YEAR 4: 9/1/2024 to 8/31/2025 BASE YEAR: 1 Annual Fire Alarm System Inspections $ __________________ 2 Annual Fire Sprinkler System Inspections $ __________________ 3 Annual Portable Fire Extinguisher Inspection $ __________________ 4 Semi-Annual Kitchen Hood System Inspection $ __________________ 5 Travel & Service Charge $ __________________ 6. Applicable Taxes: $ __________________ Total for Base Year: _____________ OPTION YEAR ONE(1): 1 Annual Fire Alarm System Inspections $ __________________ 2 Annual Fire Sprinkler System Inspections $ __________________ 3 Annual Portable Fire Extinguisher Inspection $ __________________ 4 Semi-Annual Kitchen Hood System Inspection $ __________________ 5 Travel & Service Charge $ __________________ 6. Applicable Taxes: $ __________________ Total for Option Year 1: _____________ OPTION YEAR TWO(2): 1 Annual Fire Alarm System Inspections $ __________________ 2 Annual Fire Sprinkler System Inspections $ __________________ 3 Annual Portable Fire Extinguisher Inspection $ __________________ 4 Semi-Annual Kitchen Hood System Inspection $ __________________ 5 Travel & Service Charge $ __________________ 6. Applicable Taxes: $ __________________ Total for Option Year 2: _____________ OPTION YEAR THREE(3): 1 Annual Fire Alarm System Inspections $ __________________ 2 Annual Fire Sprinkler System Inspections $ __________________ 3 Annual Portable Fire Extinguisher Inspection $ __________________ 4 Semi-Annual Kitchen Hood System Inspection $ __________________ 5 Travel & Service Charge $ __________________ 6. Applicable Taxes: $ __________________ Total for Option Year 3: _____________ OPTION YEAR FOUR(4): 1 Annual Fire Alarm System Inspections $ __________________ 2 Annual Fire Sprinkler System Inspections $ __________________ 3 Annual Portable Fire Extinguisher Inspection $ __________________ 4 Semi-Annual Kitchen Hood System Inspection $ __________________ 5 Travel & Service Charge $ __________________ 6. Applicable Taxes: $ __________________ Total for Option Year 4: _____________ Grand TOTAL for Base Year with 4 Option Years: _____________ STATEMENT OF WORK ANNUAL FIRE PROTECTION INSPECTIONS TUBA CITY BOARDING SCHOOL Overview: The Bureau of Indian Affairs (BIA) is soliciting offers to procure Annual Fire Alarm System, Portable Fire Extinguisher Inspection, Semi Annual Kitchen Hood System Inspection and Automatic Sprinkler Protection System (Wet System) Inspection/testing for BIE at Tuba City Boarding School. Purpose: The Bureau of Indian Education (BIE), Arizona Navajo North Facility Management office solicits licensed contractors to provide annual inspection services for an existing (10) Fire Alarm System, (11) Automatic Sprinkler Protection (Wet) System, (100) Portable Fire Extinguishers, and (1) Kitchen Hood System Semi-annual Inspection at the Tuba City Boarding School at Tuba City, Arizona. Scope of Work: The contractor shall furnish all supervision, labor, travel, material, equipment and all other incidentals to perform the following work items. Note that the work items may not be in sequential order. Contractor Shall: 1. Perform Fire Alarm Sys:em (10), approx. (100) fire extinguishers, Kitchen Hood system (1) semi-annual, and Automatic Sprinkler (Wet) System (11) annual inspections in compliance with the recommended procedures set forth in the national fire Alarm and signaling Code, NFPA 72 and Water �based Fire Protection Systems Handbook, NFPA 25, NFPA 10, NFPA 17A and 96. a. School Building Numbers for Fire Alarm System Inspection are: 1591, 1701, 1702, 1703, 1704, 1695, 1696, 298 and 10 b. All control panel shall receive a functional test c. Switches, lights, and wire terminations will be checked d. Batteries will be load tested e. Pull stations, water flow/tamper switches and audio/visual devices will be tested. Heat, smoke and duct detectors will be tested. f. School Building Numbers for Automatic Sprinkler Protection System Inspection are: 1591, 1701, 1702, 1703, 1704, 1695, 1696 and 298. g. All control valves will be exercised and sealed h. A main drain flow test will be conducted and recorded i. Inspector tests valves will be operated and water flow alarm will be confirmed j. Fire sprinkler riser will be inspected for valve position, signage, and spare sprinkler head box will be inventoried k. Pipe and sprinkler heads will be inspected for (corrosion, foreign material, obstructions and damage. l. In Buildings 1591, 1701, 1702, 1703, 1704, 1695, 1696, 298, 10 and 417, approximately 100 fire Extinguishers will be included for inspection, 6 year maintenance and or replaced. All fire extinguishers will be furnished and provided with an inspection tag. m. Verify that pressure gauge is operational n. Cylinder will be checked for damage o. Determine if extinguishers need any additional maintenance other than 6 year maintenance. p. Perform all maintenance work on site. 2. In Building 1695, (Cafeteria), A semi-annual Kitchen hood System Inspection, 1 out of 2, will be performed during the initial inspection and the second one 6 months later. a. Perform a visual inspection of nozzles, proper spacing and coverage of nozzles, and verifying that there is no obstructions during flow of agent. b. Inspect all piping for corrosion c. Inspect for agent quantity d. Inspect for last hydrostatic test date e. Inspect System control panel for proper set up and functionality f. Inspect detection system and fusible links ( Replace ) 3. A final report based on the NFPA requirements will be completed detailing the results of the test and inspections and will be delivered and reviewed with Tuba City Boarding School Facility Manager. 4. Provide a Fire alarm System Inspection and Test Schedule. Visually Inspect and Test the following components: Control Panels, Manual Pull Stations, Water Flow and Valve Tamper Switches, Smoke Detectors, Heat Detectors, all Supervisory Signaling devices, beam detectors, duct detectors, remote annunciators, auxiliary printers if available, back up batteries for corrosion for leakage, speakers, strobe lights, off school premises notification, Control unit trouble signals, cable connections, audible notification appliances and all other components not listed. Before starting of testing, notify the school administrator and local Facility Management office that testing is in progress. Keep written record of all testing reports and provide corrective action plan on defective components. Submit 3 copies to the COR. Contractor shall provide all required tools for testing such as screwdrivers, digital multi meter, resistor, commercial grade hair blowers, vacuum cleaner, Mfg. tool kit, control door key, system password, etc. Inspect the equipment for any visible signs of damage for other changes that may adversely affect performance. Contractor to field verify the existing fire alarm system and its components. 5. Provide Automatic Sprinkler Protection System Inspection and Test Schedule. Visually Inspect and Test the following components: Control valves, sectional valves, drain valves, remote inspector test valve, exterior post indicator valves, tamper and water flow switches, static pressure, main drain flow pressure and all other components not listed. Provide written record of all testing reports and provide corrective action plan on defective components. Submit 3 copies to the COR. Contractor shall provide all required tools for testing. 6. Notify School Administrator and local Facility Management office to restore the fire alarm system and automatic sprinkler protection system. SITE VISIT: Contractors are strongly encouraged to make to attend a site visit prior to submitting a proposal for this contract. Time and Date: 10 am, August 17-20, 2020. Location: TCBS Facility Office 306 Main Street, Tuba City, AZ. The following codes, handbooks, regulatory agency requirements shall apply to this project: Latest Edition of the NFPA 72 , NFPA 25, NFPA 10, NFPA 17A and 96 General Information: Contractor shall: A. Provide identification badges or cards to all contractor employees. B. Cooperate with construction inspections performed by the BIE school and facility management representatives. C. Note that Warranty of construction shall be on later that One (1) year after final acceptance of the work. Contractor shall remedy at his own expense any failure of the work to conform to the SOW and any defects of materials, workmanship, provide that the Government gives the contractor notice of such failure or defect within a reasonable time after receipt of notice thereof, the Government shall have the right to replace, repair, or otherwise remedy such failure of defect at the contractors expense. D. The contractor owns all debris generated by or caused by the work in this contract. Contractor bears all resp3nsibility and all costs connected with or related to the removal and disposal of all debris from the Tuba city Boarding School project location. Contractor is required to comply with applicable Environmental Protection Agency (EPA) regulations, Federal, State, and local Government laws and regulations while engaged in the removal and disposal of debris. E. Provide daily housekeep-ng including routine debris and scrap removal. It shall be maintained in all areas identified within the SOW. No construction activity shall jeopardize the safety and welfare of all contractor workers, BIE staff, visitors, general public and government property. Period of Performance: Contractors will work from 8 a.m. to 5 p.m. Monday thru Friday. Any work during Holidays will not be allowed. The Contractor shall complete the work under this contract within 120 calendar days from Notice to Proceed. The BIA'sreview of submittals is not included in the contractor's performance time. END OF STATEMENT OF WORK Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation � Commercial Items(Oct 2014), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (June 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. END
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/09af83d54ab1498dad44963d73bb1553/view)
 
Record
SN05761353-F 20200819/200817230206 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.