Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

J -- 146 MX - MAINTENANCE AND SERVICING OF 150 LBS HALON FIRE BOTTLES

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
F8S2AS5066A100
 
Response Due
4/27/2005
 
Archive Date
6/26/2005
 
Small Business Set-Aside
Total Small Business
 
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. The reference number for this procurement is F8S2AS5066A100 and is issued as a Request for Quotation (RFQ). This solicitation is 100 percent set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02 and DFARS, Defense Change Notice (DCN) 20050222. The NAICS code is 811310, the size standard is $6 million. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement; FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price, warranty and Past Performance); FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions-Commerci al Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) (Deviation) ; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52. 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.222-25 Affirmative Action Compliance The offeror represents that (a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establish ment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulation s of the Secretary of Labor; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.22 2-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended;.FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under th e contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Mo netary Wage-Fringe Benefits - Fire Extinguisher Repair WG-6 $15.86; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.242-15 Stop-Work Order; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Price Contracts); FAR 52.246-1 Contractor Inspection Requirements; FAR 52.247-34 F.O.B. Destination; FAR 52.253-1 Compu ter Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252-204-7004 Alternate A (Central Contractor Registration (CCR)); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000 Buy American Act-Balance of payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Su bcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests (Wide Area Work Flow (WAWF)); DFAR 252.243-7001 Pricing of Contract Modifications; DFARS 252.246-7000 Material Inspection and Receiving Report. California, Ventura County, Wage D etermination 1994-2071, Revision 23 applies to this solicitation. All contractors must be Central Contractor Registration (CCR) registered to receive a DOD award or payment. All quotes received by due date/time will be reviewed. Submit written o ffers (oral offers will not be accepted) via mail, email or fax. Mail Address: Channel Islands Air Guard Station, 146 MSG/MSC, 119 MULCAHEY DRIVE, PORT HUENEME, CA 93041-4011. The contractor quote will be evaluated based on price, warranty and past per formance. To evaluate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluation factors other than cost or price, when combined, are significantly less important than cost or price. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsite.hill.af.mil/. If you are unable to access the web site, call Karen Wegner at (805) 986-7972, Fax: (805) 986-7946 or email karen.wegner@cachan.ang.af.mil. Quotes are due on or before 1:00pm PST 27 APR 2005. Site visit will be 13 APR 2005, 9:00 a.m. PST for those interested. Coordinate site visit with Karen Wegner - (805) 986-7972; e-mail: karen.wegner@cachan.ang.af.mil or SMSgt Joel Howard - (805) 986-7970;e-mail: joel.howard@cachan.ang.af.mil STATEMENT OF WORK FOR 146 MX - MAINTENANCE AND SERVICING OF 150 LBS HALON FIRE BOTTLES 1.1 DESCRIPTION OF SERVICES: Contractor shall provide all, tools, equipment, supervision and labor necessary to inspect and repair 32 each 150 LBS Halon Fire Bottles at Channel Islands AMXS, 130 Mulcahey Drive, Port Hueneme, CA 93041. 1.2 INSPECTION & MAINTENANCE: Inspection and Corrective maintenance will be provided to return each fire extinguisher to full operating capability as described below. Guidance for the inspection and maintenance/repair of the 150lbs Halon Fire Bottles: 1. Inspect bottles for Corrosion and perform Hydrostatic testing on each bottle. a) Corrosion Inspection required every 6 years. (Internal and External). b) Hydrostatic Test required every 10 -12 years. Inspection & Testing: Conducted on all 32 bottles 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 6 bottles out of service at one time. 4. Contractor will inspect exterior paint, labels and necessary parts. All hoses, gauges, labels and external painting will be replaced or accomplished as required. Contractor will consult with the Contracting Officer's Representative, COR if any questions arise concerning repainting or replacement parts. 5. Contractor Costs will include: a) Inspection - Disassemble and Reassemble Extinguisher Bottles b).Hydrostatic testing c).Replacement Parts d) Pick up and delivery e) Paint ing of fire bottles f) Standard Commercial Warranty 1.2.1. Painting. Extinguishers painted in accordance with manufacturer's specifications and California codes as required. Contractor will coordinate with the Contracting Officer's Representative. 146 AW COR and Contractor will identify extinguisher bottles that need to be painted prior to transporting to the repair facility. 1.2.2. Labeling. Contractor shall replace Halon Fire Extinguisher identification labels, classification symbols, product inspection stickers/plates/decals and other required information labeling if the originals are damaged or missing. Labeling shall be as specified in NFPA 10 and manufacturer's requirements. 1.2.3. Hydrostatic Testing. Contractor shall hydrostatically test extinguishers as specified in NFPA 10 and manufacturer's requirements. Contractor shall attach a sticker/plate identifying pertinent information on all extinguishers that pass the test. Hal on Fire Extinguishers that fail the hydrostatic test shall be identified and returned to the government. 1.2.4. 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-yea r maintenance. Halon Fire Extinguishers that fail the six-year maintenance shall be identified and returned to the government 1.2.5. 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. 1.2.6 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 paints, primers, 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 o f any work. 2.0 REPORTS: 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 six (6) extinguishers is return ed 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. 3.0 ENVIRONMENTAL 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 Regulat ions. An EPA compliant recovery system is required to perform this contract. 3.1 Contractor Special Qualifications. Personnel performing testing, maintenance, servicing, and recharging shall Environmental Protection.Comply with federal, state, and local Environmental Standards. 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 tran sport hazardous material (Halon 1211). Table 1. Service/Delivery Summary. 1. Performance Objective - Perform Service and Maintenance on Halon Fire Extinguishers - Fire extinguishers are properly inspected /repaired, painted, labeled, and recharged. All work is completed In accordance with NFPA 10 regulations and MFG Specification. SOW Para - 1.1. and 1.2. Performance Threshold - A minimum 100% of the governments fire extinguishers are returned and fully operational. 2. Performance Objective - Reports:Reports are submitted within five business days after each group of 6 is completed SOW Para - 2.0 Performance Threshold - All reports turned in within five business days after group of 6 95% of the time. 3. Performance Objective - Environmental Protection.Comply with federal, state, and local Environmental Standards. SOW Para - 3.0 Performance Threshold - Zero violations Halon 1211 Technical Order for Halon 1211 extinguishers Extinguishers listed in Table 2 Table 2 Qty - 32 Type - Halon 1211 Size - 150 lbs. Building location - Flight line Portable/Wheeled - Wheeled GENERAL INFORMATION 4.0 QUALITY CONTROL. Contractor shall use its own internal quality control processes to ensure services are performed in accordance with commonly accepted commercial practices and this SOW. 4.1 Quality Assurance: Government will evaluate performance in accordance with Contractor's standard Commercial Quality Assurance Inspection and Repair Practices. 4.2 Government 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. 5.0 HOURS OF OPERATION: Monday through Friday 0700 -1530 hours, except for emergency responses. 6.0 SECURITY REQUIREMENTS: Contractor is not required to have a security clearance. Contractor requests an escort and will be escorted into any area requiring clearance. 6.1 Physical Security: Contractor shall be responsible for safeguarding all government furnished property. 6.2 Force Protection Requirements: Contractor and employees will be required to complete 146 AW Base Security Access form before contract performance. 6.3 Comply with all applicable security conditions: The contractor will be provided guidance and appropriate instructions regarding these conditions at the pre-performance meeting. 6.4 Ensuring 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. 6.5 Contractor 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. 6.6 Security Police and Fire Protection. Emergency services are provided through the base by calling Security Forces Control Center (SFCC) at 805.986.7440 6.7 Security: 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 authoriz ed personnel one to two weeks prior to notice to proceed. Changes to list will go through the base contracting office or directly to Pass and Id if contracting office is not available. Changes to personnel will not be valid until approved by Pass and ID. Emergency personnel changes authorized when coordinated through Base contracting or Pass and ID in advance. Phone number to Pass and ID is 805-986-7443. Upon completion or termination of the contract, the contractor shall return all passes and badges to the Security Forces Squadron. 6.8 Special 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 v ehicle information will provided at least 1 day prior to arri ving at Channel Islands Air Guard Station. 6.9 All 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 ope rating vehicles (by the contractor) shall meet all local, state and Federal licensing and operating requirements.
 
Place of Performance
Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
Zip Code: 93041-4011
Country: US
 
Record
SN00778692-W 20050401/050330212153 (fbodaily.com)
 
Source
FedBizOpps.gov 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.