COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2001 PSA #2935
SOLICITATIONS
Z -- PREVENTATIVE MAINTENANCE, TEST UNSCHEDULED AND EMERGENCY SERVICES ON FIRE SYSTEMS FOR KITCHEN APPLIANCE AND HALON 1301 SYSTEMS.
- Notice Date
- September 11, 2001
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- F49642-01-T-0320
- Response Due
- September 21, 2001
- Point of Contact
- Courtney Baumgartner, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, Email courtney.baumgartner@bolling.af.mil -- Daffeney Dortly, Contract Specialist, Phone 2027677873, Email daffeney.dortly@bolling.af.mil
- 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 solicitation number F49642-01-T-0320. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. This is a small business set-aside. NIACS Code is 56179 and the SIC Code is 7699. The business size standard is 5million. Wage Determination No. 94-2103, Rev 24, dated 31 May 01 can be located at www.ceals.usace.army.mil/netahtml/servcmg/html. In order to be considered responsive, offerors must certify in writing that their proposal meets all requirements set forth in this solicitation, attached included. Schedule B. STATEMENT OF WORK FOR INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED HALON AND FIRE PROTECTION SYSTEM FOR COMMERCIAL COOKING OPERATIONS (EXHAUSTHOODS). 1. DESCRIPTION OF SERVICES: The contractor shall provide all plant, labor, tools, supplies, equipment, transportation and other items and services necessary to inspect, test, and maintain 1301 Halon suppression systems and fire protection systems for commercial cooking operations (exhaust hoods), at Bolling AFB DC. Systems shall be maintained in a manner that will ensure their serviceability and operation. The following installed systems can be used for determining possible workload.=20 Building Number=09 Type Of System Number=20 Of Cylinder Number=20 of systems 50 Ansul R 102, 3 gal 3 2 1301 Ansul R 102, 3 gal 5 3 1310 Kiddie HDR, 25 lbs. 3 1 2482 Range Guard, 2.5 gal 1 1 2565 Ansul R 101, 20 lbs. 3 3 4456 Ansul R 102, 3 gal 3 1 4514 Ansul R 102, 3 gal 2 2 4514 Ansul R 102, 1.5gal 1 1 4500 Ansul R 102 , 3 gal 2 2 6000 Kiddie HDR, 25 lbs. 5 3 6000 Halon 1301, 118 lbs. Notifier 5000 10 Detectors 2 1 =09 SUGGESTED BID SCHEDULE: 0001: Building 50, Ansul R 102, 3 gal system, 3 cylinders, 2 systems $_______ Ea. $_______ Total. =20 0002: Building 1301, Ansul R 102, 3 gal system, 5 cylinders, 3 systems $_______ Ea. $_______ Total. 0003: Building 1310, Kiddie HDR, 25 lbs. system, 3 cylinders, 1 systems $_______ Ea. $_______ Total. 0004: Building 2482, Range Guard, 2.5 gal system, 1 cylinders, 1 systems $_______ Ea. $_______ Total. 0005: Building 2565, Ansul R 101, 20 lbs. system, 3 cylinders, 3 systems $_______ Ea. $_______ Total. 0006: Building 4456, Ansul R 102, 3 gal system, 3 cylinders, 1 systems $_______ Ea. $_______ Total. 0007: Building 4514, Ansul R 102, 3 gal system, 2 cylinders, 2 systems $_______ Ea. $_______ Total. 0008: Building 4514, Ansul R 102, 1.5 gal system, 1 cylinders, 1 systems $_______ Ea. $_______ Total. 0009: Building 4500, Ansul R 102, 3 gal system, 2 cylinders, 2 systems $_______ Ea. $_______ Total. 0010: Building 6000, Kiddie HDR, 25 lbs. system, 5 cylinders, 3 systems $_______ Ea. $_______ Total. 0011: Building 6000, Halon 1301, 118 lbs., Notifier 5000, 10 Detectors system, 2 cylinders, 1 systems $_______ Ea. $_______ Total. 1.1. INSPECTIONS. The contractor shall inspect all systems IAW applicable NFPA Standards and manufacturers instructions. Any discrepancies or impairments to a system, discovered during a scheduled inspection shall be corrected by the contractor within 48 hours. 1.2. TESTING. The contractor shall perform functional operation tests on installed fire extinguishing systems IAW applicable NFPA Standards and manufacturers instructions. The contractor shall perform two tests; one in March and one in September, but not later than 30 September 2002. If the system is connected to the installation fire department, the contractor along with a government representative shall notify the fire department that a system test is to be conducted and an emergency response is not required. All personnel at the end-users facility shall be notified that a test is to be conducted and instructed as to the sequence of operation. Installed fire-extinguishing systems located in areas that are inaccessible for security or safety reasons, shall be tested during scheduled operation shutdowns at intervals approved by the QAE. CORRECTIVE MAINTENANCE: The contractor shall perform corrective maintenance on installed fire extinguishing systems, IAW applicable NFPA Standards and manufacturers instructions, to return a system or component to full operating condition. The contractor shall notify the QAE before proceeding with any corrective maintenance on installed fire extinguishing systems. The contractor shall recharge and return to full service all installed fire-extinguishing systems after use or as indicated by an inspection, functional test, or maintenance work. The contractor shall notify the QAE in writing that corrective maintenance has been completed and shall provide a list of all work accomplished. 1.3.1. In case of a halon system discharge, the contractor shall not use the chemical halon 1301 to refill the system but provide the QAE with information on other approved extinguishing agents. 1.4. EMERGENCY SERVICES. The contractor shall provide emergency service at any time and shall respond within four (4) hours of notification. The contractor shall furnish telephone numbers for emergency calls. Calls received by answering service or machine will be considered as notification. For the purpose of this specification, an emergency is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, to prevent loss or damage to government property or to restore essential services. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide electricity, water and sewerage for the purpose of this contract only. 3. CONTRACTOR REQUIREMENTS: Except for those items and services specifically stated as government furnished, the contractor shall furnish everything needed to perform this contract according to all its terms. Materials, Parts, & Supplies Acquisition: The contractor shall responsible for individual parts up to $200.00. When a single part exceeds $200.00, the contractor shall be responsible only for the labor to install the parts. The cost of the part(s) shall be paid for by the government using a separate instrument in repairing the equipment to be maintained under this contract. Parts exceeding this amount shall be reported at once to the QA for approval at (202) 767-1090. The contractor shall purchase parts at the lowest price obtainable and secure reasonable competition for such purchases when available. All parts shall be genuine replacement parts as manufactured of as recommended by the manufacturer. All parts shall be U.L. approved/listed. Only new standard parts shall be used when effecting repairs. 3.2. WARRANTY: The contractor shall be responsible for replacing warranty items within the appropriate period of such warranty. This shall include manufacturers warranty. =20 CONTRATOR EMPLOYEES: The contractor shall not employ person on this contract if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 3.3.1. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. 4. GENERAL INFORMATION: 4.1. QUALITY ASSURANCE: The government will evaluate the contractor's performance under this contact. For task listed in the statement of work, the quality assurance person or will inspect all services specified. When an observation indicate defective performance, the QA will notify the contractor manager of representative. The contractor shall ensure re-performance through his or her quality inspection system. 4.2. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. 4.3. HOURS OF OPERATION: The contractor shall maintain the following hours for testing, inspection and repair of required systems. 4.4. The contractor shall perform testing, inspection and repair in building 6000 after 4:00 PM, Monday through Friday or from 7:AM till 4:00 PM on Saturdays. For the remaining system inspections, the contractor's hours shall start at 4:30 AM until 8:00 PM, Monday -- Friday and continue inspections, testing or repairs until complete. SECURITY REQUIREMENTS: The contractor shall obtain base entry passes for all vehicle and personnel during the performance of this contract. Vehicle and personnel passes will be issued Security Forces personnel at the base Visitor Center. CONSERVATION OF UTILITIES: The contractor shall make sure employees practice utility conversation. The contractor shall be responsible for working under conditions that prevent the waste of utilities to include: Lights shall be used only in areas where work is actually being performed. Employees shall not adjust mechanical equipment for heating, ventilation or air conditioning systems. Water faucets or valves shall be turned off when not in use. 2. INVOICES: The contractor shall submit itemized invoices reflecting all intervening service calls including labor and parts and scheduled preventative maintenance on a monthly basis. Invoices shall show the contract number, the name of the equipment, building number, date of service. Invoices shall be submitted in arrears in four (4) copies to Service Contract Management, 11 CES/CEOEC, 370 Brookley Avenue, Bolling AFB, DC 20332-6000. No payments will be made until an invoice, with properly acknowledged documentation is received and approved by the Contracting Officer or the Government representative. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined most advantageous to the Government. Award will be made on an all or none basis. Quotations must include name, address, telephone number, business size/type, cage code, tax ID number and Dunns number, as well as type of small business (i.e., woman or minority owned, etc.). Offeror must include with its offer, a completed copy of the provision at FAR 52.212-3. All responses to this solicitation are due by 4:00 P.M. Eastern Time on 29 August 2001. The proposal shall be signed by an official authorized to bind the company. All offerors must be registered in the Central Contracting Registration (CCR) to be eligible for award. Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil/. The following statements, clauses, and provisions are incorporated in this solicitation: 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-18, Availability Of Funds, 52.219-6, Notice Of Total Small Business Set-Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition Of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action For Disabled Veterans And Veterans of the Vietnam Era, 52.222-36, Affirmative Action For Workers With Disabilities, 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era, 52.222-41, Service Contract Act Of 1965, As Amended, 52.223-5, Pollution Prevention and Right-to-Know Information, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, 52.225-13, Restrictions on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.237-2, Protection of Government Building, Equipment and Vegetation, 52.237-3, Continuity of Services, 52.242-15, Stop-Work Order, 52.247-34, F.O.B. Destination, 52.253-1, Computer Generated Forms, 252.204-7004, Required Central Contractor Registration, 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.243-7001, Pricing of Contract Modifications, 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), 52.252-2, Clauses Incorporated By Reference, 52.252-6, Authorized Deviations In Clauses (Apr 1984), 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Apr 1999) (Deviation); 5352.242-9000, Contractor Access to Air Force Installations (May 1996). The procurement herein is included or provided in the FY02 financial plan. No obligation may be incurred under this statement until FY02 funds have been certified. Questions concerning this solicitation may be addressed to the SSgt Courtney Baumgartner at (202) 767-7874.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-01-T-0320/listing.htm l)
- Record
- Loren Data Corp. 20010913/ZSOL003.HTM (D-254 SN50X2Y9)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on September 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|