|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,2000 PSA#2511Department of the Air Force, Air Education and Training Command,
Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB,
FL, 32403-5526 Z -- INSPECTION, TEST, MAINTENANCE, REPAIR AND MODERNIZATION OF
AIRCRAFT HANGAR FIRE PROTECTION SYSTEMS SOL
Reference-Number-F08637-00-RFI01 DUE 020100 POC Martha Hooks, Contract
Specialist/Officer, Phone 850 283-8626, Fax 850 283-8491, Email
martha.hooks@tyndall.af.mil -- Ginny Garner, Contract Specialist, Phone
850 283-2974, Fax 850 283-8491, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num
ber-F08637-00-RFI01&LocID=511. E-MAIL: Martha Hooks,
martha.hooks@tyndall.af.mil. This Request for Information (RFI)
solicits information and interest from the FIRE PROTECTION EQUIPMENT
AND SERVICING INDUSTRY that may be used in developing a Request for
Proposal for the inspection, test, maintenance, repair and
modernization of aircraft hangar fire protection systems. Currently it
is envisioned the effort will involve 5 regional awards: Northeast/Mid
Atlantic region; Southeast region; Southwest Region; Northwest Region;
and Overseas Region. Using regional awards is hoped to provide a
greater number of interested firms, but would not prohibit any firm
from obtaining two or more regional awards. Each region is expected to
include 10 to 15 bases with 5 to 10 hangars per base. The hangars vary
in size from 30,000 to 60,000 square feet, with a few larger. These
hangars are protected with a wide variety of fire protection systems
including water deluge, foam-water deluge, wet pipe and pre-action
closed-head foam-water, and wet pipe (water only) sprinkler systems.
Additionally many of these hangars have fixed and oscillating low level
foam-water nozzle systems, or high-expansion foam systems. The controls
for these systems include wired and pneumatic thermal detection
systems, and in some cases optical (for alarm only) detection systems.
Most of these systems are supplied by non-potable water distribution
and pumping systems. The effort is expected to be a one year contract
with 4 one year options. Pricing is expected to be fixed price per
system (overhead riser, low-level riser, hi-expansion riser,
concentrate systems, fire pump, etc.) based on a semi-annual, annual
and 5 year inspection, test and maintenance (ITM) in accordance with
National Fire Protection Association (NFPA) Standard 409, Aircraft
Hangars. The semi-annual ITM will include all those items listed under
the weekly, monthly, quarterly and semi-annual frequencies in NFPA
409. The annual ITM will include all those items listed under the
weekly, monthly, quarterly, semi-annual and annual frequencies in NFPA
409. The 5-year ITM will include all those items listed under the
weekly, monthly, quarterly, semi-annual, annual and 5-year frequencies
in NFPA 409. Where actual discharge of fire suppression water and/or
agents occurs as part of or because of ITM, clean up and disposal of
the water and/or agents would be required. Routine
maintenance/repair/replacement of valves, packings, seats, seals,
individual detectors, gauges and leaks will be considered to be
included in the ITM process. Replacement of major components such as
alarm check valves, flow control valves, deluge valves, riser check
valves, 3-inch and larger globe/ OS&Y and wafer/butterfly valves,
control panels, detection circuits/tubing, pumps, controllers, etc.
will be included in the contract as separate negotiated task items.
Requirements for replacement identified during the ITM process will not
be included in the fixed price schedule rather be individually
negotiated and accomplished separate from the scheduled ITM actions. An
emergency response capability shall be required to respond within 48
hours to restore the systems in a hangar to service following a fire or
accidental activation. Clean up of the actual discharge will not be
required, however, clean up and disposal of any waste generated during
the restoration process will be required. The Air Force will provide
replacement fire suppression agents required to re-service the systems
in order to return them to service. Any company providing these
services shall have on staff or under contract a registered fire
protection engineer for the entire award period. Any company providing
these services must have a demonstrated history of maintaining complex
foam water systems including detection/controls and pumping systems.
Any company interested in providing these services should furnish
information including, but not limited to; name and address of firm;
size of business; average annual revenue for the past 3 years; number
of employees; ownership and whether they are small, HUBZone, small
disadvantaged, 8(a), and/or woman-owned; number of years in business;
affiliate information such as parent; company or teaming partners;
potential services to be subcontracted, if any; and list of customers
(government and non-government) covering the past 5 years (highlighting
relevant work performed, contract numbers, contract type, dollar value
of each procurement, and point of contact/addresses/and telephone
numbers). Detail all relevant technical qualifications. Interested
firms should also include in their capability statement demonstrative
information relative to past performance and experience in managing a
workforce and performing work similar to the requirements of this RFI
with specific emphasis on (1) foam-water fire suppression systems, (2)
bladder foam concentrate systems, (3) pumped foam concentrate systems,
(4) fire pumps and controller systems, (5) fire detection and
integrated suppression control systems. Capability statements should be
no longer than 10 pages in length and should be received by this office
no later than 1 February 2000. Non-response to this RFI will NOT
preclude your firm from receiving a Request for Proposal IF one is
developed. Currently no solicitation exists. This is strictly a Request
for Information and does not constitute any obligation on behalf of the
Government to ever issue a solicitation. The Contracting Officer may be
contacted by mail, fascimile, or e-mail at (850) 283-8491, ATTN: TSgt
Martha V. Hooks, martha.hooks@tyndall.af.mil. Telephone requests or
inquiries will not be accepted. Posted 01/05/00 (D-SN413230). (0005) Loren Data Corp. http://www.ld.com (SYN# 0132 20000107\Z-0020.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|