Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOURCES SOUGHT

J -- FIREFIGHTING EQUIPMENT MAINTENANCE

Notice Date
6/8/2006
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
Reference-Number-FA4803-06-RA-010
 
Response Due
6/23/2006
 
Archive Date
6/23/2006
 
Description
General Information Document Type: Sources Sought Notice Solicitation Number: FA4803-06-RA010 Posted Date: 9 June 2006 Current Response Date: 23 June 2006 Classification Code: J ? Maintenance and Repair of Fire Control Equipment Set Asides: N/A NAICS Code: 811219 Contracting Office Address: 20th Contracting Squadron Attn: Anne Baker 305 Blue Jay Street Shaw AFB, SC 29152 Description: The 20th Contracting Squadron is seeking potential sources to provide inspection, testing, service, maintenance, repair and re-certification of firefighting equipment on-site at nine (9) locations within the United States Central Command Air Forces (USCENTAF) Southwest Asia (SWA) Theater of operations/Area of Responsibility (AOR). All services shall be performed in accordance with inspection and testing standards as set forth by the manufacturers and certification requirements of the National Institute for Occupational Safety and Health (NIOSH), the Mine Safety and Health Administration (MSHA), and the National Fire Protection Association (NFPA), the Air Force Occupation Safety and Health Administration (AFOSHA), and Occupation Safety and Health Administration (OSHA). Types of services are as follows: SCBA Units. Inspection, testing, maintenance, and re-certification of Self Contained Breathing Apparatus (SCBA) units to include harness and backpack. The mandatory items to be replaced annually are the manufacturer specified o- rings and the Inlet filter. J-Fire Masks. Service, conduct visual inspections and tests, preventative maintenance and cleaning for the Interspiro J-Fire CW Mask. The contractor shall inspect stored masks, and make appropriate repairs. Findings shall be entered into an on-site Government database. Fit Testing. Perform fit testing on all personnel assigned with their ownstructural and J-Fire Interspiro masks. Complete records and reports shall be kept of all the fit test results. Visual Inspection of cylinders. (Every three years, plus or minus two months): A complete visual internal and external inspection shall be carried out prior to and after any hydrostatic testing. During this inspection all cylinders shall be leak tested and if leaks are found, they shall be repaired. Hydrostatic Test of Cylinders. (Every three years, plus or minus two months): Testing shall coincide with annual service visits according to the Department of Transportation (DOT) recommendations, and manufacturers instructions and all applicable requirements. Confined Space Equipment Testing. Inspection, testing, maintenance, and re-certification of confined space units. The mandatory items to be replaced annually are the manufacturer specified o- rings and the Inlet filter. Air Cart Testing. Inspection, testing, maintenance, and re-certification on all components of the Air Source Carts. Spiroline Hose Testing. Inspection, testing, maintenance, and re-certification of all Spiroline hoses, confined space hoses, Search and Rescue (SAR) hoses, air cart hoses or low pressure supplied air line systems. Compressor Servicing. Inspection, testing, and maintenance of SCBA compressor and refill stations, storage trailers and gas boosters or decanting systems. Air Testing. The initial test shall be performed by contractor technicians in the presence of a representative of the Government in order to train and familiarize the Government with the procedures. The contractor shall send samples to the testing institute, Tri Environmental Inc. (TRI) . A-Level and B-Level Suit Testing Inspection, testing, maintenance and re-certification of all level A and Level B suits. Calibrations. The contractor shall calibrate equipment to a standard that meets or exceeds those of the National Institute of Standards and Technology. Ladder Testing. Inspection, testing, maintenance and re-certification of all ladders. Hose Testing. Inspection, testing, maintenance and recertification of all hoses and nozzles. Hose records shall be established and maintained on site to include signed identification number, manufacturer and part number, service or condemned within the warranty. Pump Testing. Testing for Fire pump systems on vehicles and apparatus shall be conducted on an annual basis or, when repairs or modifications to the pumps have been carried out. Hurst Hydraulic Power Packs. All functions, valves, pressure relief valves, hydraulic pumps, prime movers (gas, diesel or electric) shall be cleaned, checked for wear/damage, serviced, maintained and pressure tested before returning to service. Training. The contractor shall provide the following training at Government request: Spiromatic SCBA Level B Technicians Course; Spiromatic S2 SCBA Conversion; Compressor Operators Course Including Safe Handling Of High-Pressure Gases, Biosystems Posicheck Dynamic Testing System. The source sought will be a proven supplier of professional services related to service and maintenance of firefighting equipment and have experience working in a hostile environment with limited or no infrastructure support. The requiring agency is not in a position to provide technical details regarding the scope of the service or maintenance. This is an all or none procurement. This market survey is for information and planning purposes only, and does not constitute a Request for Quote (RFQ). This Market Survey is not to be construed as a commitment by the US Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. To assist us, the Air Force requests the following information from potential offerors: (1) What is your company name, point of contact, mailing address, phone number, and e-mail address? (2) What is your business classification (e.g., large business, small business, small woman-owned, small service disabled veteran, 8(a), or small disadvantaged business, etc.)? (3) Are you interested in competing for this acquisition once/if the requirement becomes available as a solicitation? (4) What type of corporate experience do you have that is similar to the type of work described above? (5) How many years of corporate experience does your firm have with requirements of this nature? (6) Of this experience, what has been the magnitude of the requirements? (7) What type of experience does your firm have working and supporting requirements in a hostile environment with limited or no infrastructure support? Respondents will not be notified of the results of this survey or results of information submitted. Interested sources should respond to 20th Contracting Squadron, Attn: Ms. Anne Baker, 305 Blue Jay Street, Shaw AFB, SC 29152 or e-mail: anne.baker@shaw.af.mil. In your response, please provide your company name, address, and point of contact, phone number, and e-mail address. All responses should be received by 4:00 PM EST on 23 June 2006.
 
Record
SN01064979-W 20060610/060608220612 (fbodaily.com)
 
Source
FedBizOpps 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.