|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367United States Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly
Rd, Suite C, Pope AFB, NC, 28308-2896 J -- BASE FIRE PROTECTION EQUIPMENT AND SYSTEMS SERVICE SOL
F31601-99-R-0005 DUE 062299 POC Michael Daniels, Contract Specialist,
Phone (910) 394-6276, Fax (910) 394-6289, Email
michael.daniels@pope.af.mil -- Gail Williams, Contract Specialist,
Phone (910) 394-6285, Fax (910) 394-6289, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F31601-99-R-0
005&LocID=534. E-MAIL: Michael Daniels, michael.daniels@pope.af.mil.
AMENDMENT 0001 The Purpose of this amendment is to add the requirement
for inspection, maintenance, and service of 10-20 Pound Portable ABC
Fire Extinguishers, incorporate Site Visit Questions and Answers, add
to the Basis Of Award Section, and extend the proposal due date. As a
result of the above, the following changes are made to Synopsis
Solicitation Number F31601-99-R-0005, Dated 13 May 1999. 1. Replace the
existing List of Equipment and Systems requiring services with the
attached newly revised List of Equipment and Systems requiring
services. Changes are identified by vertical lines in the left margin.
2. Replace the existing Certification, Inspection, and Special
Requirements Table with the attached newly revised Certification,
Inspection, and Special Requirements Table. Change consists of addition
of 10-20 Pound Portable ABC Fire Extinguisher block. 3. Replace the
existing Pricing Schedule with the attached newly revised Pricing
Schedule. Changes are identified by vertical lines in the left margin.
4. Replace the existing Quality Assurance Surveillance Plan with the
attached newly revised Quality Assurance Surveillance Plan. Changes
consist of addition of 10-20 Pound portable ABC Fire Extinguisher
inspection requirement blocks. 5. Incorporate Site Visit Question and
Answers. 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. SOLICITATION
NUMBER: F31601-99-R-0005. This solicitation is being issued as a
request for proposal (RFP). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11. Standard Industrial Classification Code: 7382. Small
business size standard: $9.0 M. Quotations are solicited as 100% small
business set-aside. STATEMENT OF NEED: OBJECTIVE: The contractor shall
maintain all base fire protection equipment and systems in a fully
operational status. FULLY OPERATIONAL: Systems and equipment shall be
maintained and/or restored to fully operational status in accordance
with National Fire Protection Association (NFPA) Codes and Standards,
manufacturers operating instructions and local policy. If the system
can not be returned to fully operational within 24 hours of
notification, 4 hours for systems located in living quarters, the
contractor shall notify the Fire Communication Center of estimated time
required to restore the system to a fully operational status. The
contractor shall complete repairs and return system to fully
operational status within 5 days of notification. Non-availability of
parts shall not be considered a valid excuse for non-compliance in
bringing a system up to fully operational status. STATEMENT OF SERVICE:
The contractor shall provide, except as identified as government
provided items and services, all tools, supplies, equipment, and labor
necessary to inspect, test, label, mark, repair, clean, service, and
maintain Fire Alarm Systems, 10-20 Pound Portable ABC Fire
Extinguisher, Cooking Fire Extinguisher Systems, Cooking Ventilation
and Hood Systems, Water-Based Fire Protection Systems, Halon1301
cylinders, Fire Hydrants and 150-Pound Halon 1211 Flight-line
Extinguishers at Pope AFB and Air Force owned building and system on
Fort Bragg, NC. The contractor shall take over control of the system(s)
and provide service(s) to these facilities and system(s) as list above,
that are constructed only after the system(s) have been thoroughly
checked out at final acceptance test and the system(s) are fully
operational. The contractor shall respond around the clock, seven days
a week, to all emergency/trouble calls within 4 hours from the time of
notification from the Government POC. Building 250 and 346 require a
2-hour response time. The contractor will report to building 250 and
sign in with the Fire Communication Center and be briefed by the Fire
Communication operator. The equipment and system(s) shall be returned
to fully operational status. If the problem is not with the fire
protection equipment and system(s), the contractor will notify the Fire
Communication Center. The contractor shall maintain a log of
emergency/trouble responses in the Fire Communication Center and turn
into the Government POC at the end of each month. See web link below to
obtain a template. The contractor shall respond to facilities under
construction warranty for emergency /trouble calls. The contractor
shall notify the Government POC for resolution. These facilities will
be the responsibility of the contractor once the warranty period ends.
The contractor shall coordinate the required services and completion
of services with Facility manager or Alternate, and Fire Communication
Center. The contractor and the contractor_s employee must be clearly
identified as such by wearing uniforms identifying the company and a
picture ID. The contractor and his employee shall provide proof of
required certifications as identified in the Certification, Inspection,
and Special Requirements Table. See web link below to obtain a copy of
this table. BAR-CODING: The contractor shall bar-code all fire
protection equipment and systems, install software, and load
information into the bar code computer in the technical services
office. This will be completed within the first month of the contract.
The contractor will update the information, on a monthly basis, after
completion of monthly inspection, testing, repairs, maintenance and
cleaning of the fire protection equipment and systems. The contractor
shall update and add labels as necessary, when a device is replaced or
added: and the updated information shall be loaded into the bar-code
computer. The contractor shall save and back up information to disk on
a monthly basis. REPORTS: The contractor shall submit completed
reports of all inspections, testing, repairs, maintenance, services,
and cleaning at the end of each month to the Government POC. Seeweb
link below to obtain templates. All records, documents, and associated
papers provided by the government or generated during the period of
this contractor become government property and will be returned to the
government upon contract termination or completion. ENVIRONMENTAL
PROTECTION: The contractor shall ensure that the purchase, use,
handling, storage, spills, and disposal of all toxic, hazardous, and
special materials and waste are in accordance with federal, state, and
local environmental protection regulations. QUALITY CONTROL: The
contractor shall provide a quality control system covering all contract
requirements identified. The system shall be review by government and
revised as necessary at no additional cost to the government. The
government shall inspect and accept services in accordance with the
provided Quality Assurance Surveillance Plan (QASP). See web link below
to obtain a copy of the QASP. PERFORMANCE OF SERVICES DURNING CRISIS
DECLARED BY THE NATIONAL COMMAND AUTHORITY: Contractor performance
shall remain unchanged during periods of crisis as declared by the
National Command Authority. CLIN 0001, Monthly Service; CLIN 0002,
Reimbursable Parts, and CLIN 0003 Bar Coding Set-Up. Period of
Performance: Basic year, and four one-year options. Contract shall not
exceed a total of five (5) years. NOTE: See Web Link below to obtain
copies of the Pricing Schedule. PROVISIONS AND CLAUSES: The provision
at 52.212-1, Instructions to Offerors _ Commercial Items, applies
without addenda. The provision at 52.212-3, Offeror Representations and
Certifications _ Commercial Items, applies without addenda. DFARS
provision at 252.212-7000, Offeror Representations and Certifications
_ Commercial Items, applies. Completed copies of 52.212-3 and
252.212-7000 must be provided with the quotation. NOTE: See web Link
below to obtain copies of the Offeror Representations and
Certifications. The clause at 52.212-4, Contract Terms and Conditions
_ Commercial Items, applies without addenda. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders _ Commercial Items, applies and incorporates the
following additional clauses: Paragraph (b) _ (1), (5), (7), (11),
(12), (13), (14), (15), (22), and (24) are applicable. Paragraph (c) _
(1), (2), and (3) are applicable. The DFARS clause at 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies and incorporates the following supplemental DFARS clauses:
252.225-7012, Preference for Certain Domestic Commodities and
252.243-7002, Award to Single Offeror. FAR 52.252-2, Clauses
Incorporated by Reference: This contract incorporates one or more
clauses by reference, with the same force and effect as if they were
given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be
accessed electronically at this/these address(es):
http://farsite.hill.af.mil The following clauses are incorporated:
52.228-5, Insurance _ Work on a Government Installation, 52.232-18,
Availability of Funds, 52.217-8, Option to Extend Services, 52.217-9,
Option to Extend the Term of the Contract, (blanks are completed as
follows: thirty (30) days, sixty (60) months), 252.204-7-004, Required
Central Contractor Registration, and AFI 40-102, Tobacco Use In The
Air Force. PROPOSALS: Offerors must provide a technical proposal, which
shall cover as a minimum, all requirements identified in the above
Statement of Need. The proposal shall be in sufficient detail as to
assure the government that the offeror has a thorough understanding of
the technical requirement. It shall also encompass the contractor_s
internal quality control system as it relates to the contract
requirements. BASIS OF AWARD: A Contract will be issued based upon the
offer determined to provide best value, considering technical
characteristics, price, and past performance Trade-off. The contractors
technical proposal and internal quality control system will be
incorporated at time of award. Documents 1 through 7 listed below will
become part of the resulting contract. SITE VISIT: A site visit is
scheduled for 2 June 1999 at 10:00 AM EST. Please RSVP via phone or
e-mail to the below POC no later than 28 May 1999. If you have any
questions before the site visit, please fax them to TSgt Daniels, at
910-394-6289. DUE DATE: Proposals must to be submitted to 43 CONS/LGCV,
1443 Reilly Road, Suite C, Pope AFB, North Carolina 28308-2896, not
later than close of business, 22 June, 1999. Questions concerning this
RFP should be addressed to TSgt Michael W. Daniels, via phone at (910)
394-6276, or e-mail at Michael.Daniels@Pope.af.mil. Click here to
download the following documents: 1. List of Government provided items
and services 2. List of buildings with fire protection equipment and
systems 3. List of equipment and systems requiring service 4.
Certification, inspection and special requirements table 5. Emergency
trouble call log 6. Monthly inspection log 7.Pricing Schedule 8.
Quality Assurance Surveillance Plan (QASP) 9. Offeror Representations
and Certifications 10. Site Visit Questions and Answers Posted 06/11/99
(D-SN342098). (0162) Loren Data Corp. http://www.ld.com (SYN# 0037 19990615\J-0009.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|