Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

H -- This requirement is for servicing and maintain the suppression systems located at Ft. Sam Houston Installation and Camp Bullis.

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J07-T-0082
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. Solicitation number is W9124J-07-T-0082 and is issued as a Request for Quote (RFQ). This acquisition is a 100% set-aside for Sevice Disable Veteran Owned Small Business. The NAICS Code is 561621. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial, with addenda: paragraph (c) change 30 calendar days to 60 calendar days and paragraphs (h) and (i) of this provision do not apply.; FAR 52.212-2, Evaluation-Commercial Items, with the following addenda: parag raph (a) is filled in with (1) Price/Rate for each site and (2) Past Performance. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, without addenda; 52.217-8, Option to Extend Services, with addenda: insert (within 15 calendar days of contract completion); 52.217-9, Option to Extend the Term of the Contract, with ad denda: paragraph (a) insert: 15 calendar days and 60 calendar days, paragraph (c) insert 60 months (exclusive of the time extension authorized in Far 52.217-8); 52.232-18, Availability of Funds; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officers Representative; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 252.232-7003, Electronic Submission of Payment Requests. The U.S. Army Contracting Agency, Southern Region Contracting Center  West, intends to award a Firm Fixed Price contract to the lowest price and technically acceptable proposal for the inspection and maintenance of fire suppression systems located through out Fort Sam Houston and Camp Bullis, Texas. Period of Performance is I October, 2007 through September 30, 2008 to include three (3) option periods. The following contract line item numbers (CLINS) are applicable to this requirement and shall reflect t he total cost for these services to include part cost( See Parts and Service Listing), any transportation cost, and labor cost. CLIN 0001, Services (Base Year) 01 Oct 07  30 Sep 08. Total Amount_______. CLIN 1001, Services (Option Year 1) 01Oct 08 - 30 Sep 09 Total Amount______. CLIN 2001, Services (Option Year 2), 01 Oct 09 - 30 Sep10. Total Amount______. CLIN 3001, Services (Option Year 3), 01Oct 10 - 30 Sep 11. Total Amount_______. Remarks. 1) Proposals shall include a completed copy of the provision at FAR 52.212-3. (2) All responsible sources may submit a proposal, which shall be considered. It is anticipated that award will be made without discussions; although, the government r eserves the right to hold discussions if necessary. (3) Proposals must be received by 19 September 2007 at 1300 (1:00 p.m.) Central Standard Time and reference the solicitation number. Proposals shall be E-Mailed to (roland.jasso@samhouston.army.mil);or faxed to 210-221-4452. For information regarding this solicitation contact Roland Jasso at 210-221-5367 or e-mail to the above address and reference the solicitation number. Statement of Work: STATEMENT OF WORK INSPECT AND SERVICE FIRE SUPPRESSION SYSTEMS FORT SAM HOUSTON & CAMP BUIILIS 1.0 GENERAL: The Contractor shall furnish all labor, tools, materials, equipment, replacement and repair parts necessary to provide inspection, maintenance, testing, repair and recharge of fire suppression systems in accordance with NFPA Codes and Standar ds 10, 17a, and 96 fo r automated fire protection in food preparation areas. The contractor shall acquire all necessary technical and operational manuals and data necessary to maintain equipment. Facilities are located at Fort Sam Houston & Camp Bullis. Locations are listed on Bid Schedule. These services shall be conducted twice a year. Contract Personnel: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the Contractor when the manager is absent shall be designated in wri ting to the Contracting Officer within five (5) calendar days after award. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available during normal duty hours within 60 minutes to meet on the installation with Government personnel designated by the Contracting Officer to discuss problem areas. After normal duty hours, the contract mana ger or designated alternate shall be available within 2 hours. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company name and employee name. Cloth ing shall be easily distinguished from military uniforms. Personnel Qualifications: All work shall be performed by personnel experienced and qualified to work on fire suppression systems of the types, sizes and models listed in the bid schedule. Personnel qualifications will be verified by the submission of appli cable certificates and/or licenses to the Contracting Officer. All employees utilized by the Contractor shall be competent and skilled in performing the work of this contract using modern equipment and techniques. Security Requirements: The Contractor vehicles or privately owned vehicles utilized in performing under this contract shall have proper company identification posted on the outside front doors of the vehicle. The sign must state Contractors name with lett ers no smaller than 3. All personnel entering Fort Sam Houston and Camp Bullis are subject to vehicle and personal security checks. Emergency Medical Treatment: Government-furnished medical service is not available to Contractor personnel, except that of emergency vehicles, medical personnel and facilities will be provided in emergency on-the-job situations where the Contractor personn el suffer serious injury or acute illness. Government emergency treatment will be provided as the first point of medical care. Transfer to nongovernment facilities shall be effected as soon as possible and as determined by attending medical authorities. Bi llings will be sent to the Contractor personnel, or to the Contractors medical insurance company, as appropriate. Accident Reports: In the event of an accident on a Government Installation, while performing work specified in this contract, the Contractor shall render a report immediately to the Provost Marshall, telephone number 911 (from a 221 prefix)or 221-2222.. Th e report shall include but not necessarily be limited to the place, time, and extent of damage, injury to personnel, and other pertinent information. This provision is not intended to compromise and does not compromise any state or local government require ment for reporting motor vehicle accidents. The Contractor shall maintain an accurate record of all accidents resulting in death, traumatic injury, occupational disease, or Government property damage. Physical Security: The Government will not be responsible in any way for damage to the Contractors supplies, materials, equipment, and property or to Contractor Personnels personal belongings that are damaged or destroyed by fire, theft, accident or othe r disaster. Safety: The contractor is responsible for safety of all Governme nt property as well as the safety of personnel employed in the administration of this contract, Safety shall be maintained in accordance with all applicable Federal, State and local laws and regulations. Environmental: Contractor is responsible for complying with all local, state, and Federal laws or regulations involving disposal of waste products and container to include hazardous waste in accordance with applicable regulations and other documentation sp ecified in Section C.16. These regulations are available for review at the Environmental and Natural Resources Division, Building 4196, Fort Sam Houston, TX, telephone 210-221-4642. Hazard Communication Program: The Contractor shall develop and maintain a comprehensive hazard communication program in accordance with 29 CFR 1910. A plan of this program shall be submitted to the Contracting Officer 10 days prior to the start of the cont ract. This employee training program shall ensure that information concerning the hazards of all materials utilized and appropriate protective measures be transmitted to employees. A list of all hazardous materials utilized in the work areas and Material S afety Data Sheets (MSDS) for each material shall be provided to the POC within 5 work days after start date of contract. These same documents shall also be provided and indexed for quick reference during each work shift to employees. The Contractor shall ensure that employees are provided with information and training to the extent necessary to protect them in the event of a spill or leak of a hazardous material. The Contractor shall identify containers contents, when removed from the original container to another container. The Contractor shall label containers as original containers for associated hazards and warnings. Reference 29 CFR 1910.1200 Protection of Water Resources: The Contractor shall not pollute storm and sewer lines, and swales with fuels, oils, bitumens, calcium chloride, acid, construction wastes, or other harmful materials. It is the responsibility of the Contractor to investigate and comply will all applicable Federal, State, County and Municipal laws concerning pollution of river and streams. All work under this contract shall be performed in such a manner that objectionable conditions will not be created in water-flow around the building being serviced. Asbestos: The Contractor shall be responsible to verify the absence of asbestos at the work site prior to commencing work under this contract. The Contractor shall ensure that employees are provided with information and guidance concerning standard operati ng procedures for employees encountering Asbestos Containing Materials (ACMs). Fire Protection: The Contractor shall be responsible for compliance by all employees with Army Fire Protection and Prevention Program, AR420-90 and Fort Sam Houston Regulation 420-5. These regulations may be viewed at the Fire Prevention and Inspection Bra nch, Fort Sam Houston, Texas. The Contractor shall ensure all employees working on this contract be instructed in the Fire Prevention Program and be advised of the requirements of the Army Regulations as they pertain to this contract. This is a fire reduct ion function, and unless otherwise specified herein, the Contractor shall work in strict accordance with the standards as set forth by the National Board of Fire Underwriters (See Volume 4, Chapter 96, Appendix C 1969-70, National Fire Codes), the National Safety Council, (any amendments or revisions are applicable) and National Fire Protection Association Codes. Quality Control: The Contractor shall establish and maintain a complete Quality Control Plan to assure the requirements of the contract are provided as specified. One copy of the Contractors Quality Control Plan shall be provided to the Contracting Officer and to the POC not later than the pre-performance conference. An updated copy shall be provided to the Contracting Officer and to the POC as changes occur. Quality Assurance: The Government will evaluate the Contractors performance under this contract using 100% surveillance. 2.0 SPECIFIC TASKS: The specific tasks to be provided shall include, but not be limited to the following: " All fire suppression systems including alarms, shutdowns, and other associated equipment, shall be thoroughly inspected and tested for proper operation. All persons who should receive an inspection shall be notified, so an unnecessary response shall not take place. " The chemical in the system shall be tested in accordance with NFPA. If the chemical fails the test, cylinders will be recharged using only the chemical recommended by the manufacturer of the system. " All C02 cartridges shall be checked by weight against the required minimums. All stored pressure dry chemical containers shall be checked by pressure against the required minimums. If found low, cartridges and or cylinders shall be recharged and put back into service. " Contractor shall replace all fusible links with new fusible links annually or sooner if necessary to assure proper operation of the system. " All nozzles shall be checked for grease coating inside and will be cleaned. Nozzles shall be checked for caps, which shall be replaced if missing or damaged. " Contractor shall check and assure that all cable connections at cylinder and gas valves are stabilized. " Contractor shall assure that cable tension is correct and cable rollers operate freely. " Contractor shall furnish all cabling, piping, parts, labor and materials to perform the required maintenance on each dry chemicals system. Required maintenance shall be performed to maintain the system in operable condition at all times. " Contractor shall replace defective heads and ruptured discs immediately upon discovery. " Contractor shall perform hydrostatic tests on systems in accordance with NFPA standards. " Inspection and acceptance shall be the responsibility of the Fire Prevention Division, Building 4196, Fort Sam Houston, telephone 221-5452 or 221-2727. A fire inspector will accompany the contractor on all inspections of systems. However, it is recomme nded that the Contracting Officers designated representative be informed at all times to ensure services remain in accordance with contract terms. " The contractor shall schedule the dates of repair and the approximate downtime that will be required to accomplish the necessary repairs with each building manager and/or dining hall supervisor. Again, the Contractor shall notify the Fire Division and t he Contracting Officers representative 48 hours prior to any maintenance being performed. Should Contractor have any questions regarding government points of contact, the Contracting Officers representative shall assist. " The Contractor shall be responsible for any accidental discharge and cleanup of fire suppression systems during inspection, testing, and maintenance. In the event a system is discharged accidentally during the inspection/testing of the system, Contracto r shall recharge it at no additional cost to the Government. " Inspections shall be conducted during the months of October and April respectively, and throughout the remainder of the contract period. " Certifications of inspections, testing and maintenance performed shall be provided to the Contracting Officers Representative. " Contractor shall provide emergency call out service, 24 hours a day, 7 days per week and shall respond within 3 clock hours of notification. The Contractor shall repair and recharge the system in a manner which shall allow the system to be returned to se rvice in the minimum of time. NOTE: All equipment, parts, materials and services supplied shall conform to applicable safety and health standards as indicated in the current code of Federal Regulations, Title 29, Chapter XVII, paragraph 1910, occupational Safety and Health Act and al l revisions thereto. 3.0 APPLICABLE DOCUMENTS: Th e following documents are mandatory and form a part of these specifications. In the event a conflict between the documents referenced herein and the contents of these specifications, the requirements of the specification shall govern. Regulations are available for review at the offices of: Directorate of Public Works, Building 4196: AR 200-1, Environmental Protection and Enhancement (M) AR420-47, Solid and Hazardous Waste Management (M) Occupational Safety & Health Administration Code (M) Safety Office, Bldg. 300: AR 190-13, Fort Sam Houston Safety Program (M) AR 385-10, Army Safety Program(M) 29 CFR 1910 Code of Federal Regulations-Labor (M) Provost Marshall Office: 190-5, Fort Sam Houston Traffic Code (M) AR 190-13, Army Physical Security Program (M) AR 385-55, Prevention of Motor Vehicle Accidents FSH Reg 190-5, Fort Sam Houston Traffic Code (M) Directorate of Civilian Personnel, Bldg. 144 5 CFR 2641 Standards of Conduct for Employees of the Executive Branch (M) Staff Judge Advocates Office: DOD Directive 5500.7, Standards of Conduct, 30 August l993,and DOD 5500.7-R, Joint Ethics Regulation, 30 August 1993 (M) Fort Sam Houston Fire Department: AR 420-90, Army Fire Protection and Fire Prevention Program(M) FSH Reg 420-5, Fort Sam Houston Fire Protection and Prevention(M) NOTE: The above offices are located on Fort Sam Houston, TX. Work Hours: The contractor shall not perform any of the work required by this contract on Saturdays, Sundays, or legal holidays unless authorized by the Contracting Officer. Unless work is specifically required on weekends and/or legal holidays by the spec ifications, the exclusion of work on these days has been considered in computing the performance time of this contract. In addition, the contractor shall not perform any work before 7:30 A.M. or after 4:00 P.M. without authorization from the Contracting Of ficer. LISTING OF LOCATIONS AND PARTS: Cost for each item ITEM NO SUPPLIES/SERVICES 0001 INSPECT & SVC FIRE SUPPRESSION SYSTEM Contractor shall provide all necessary labor, parts, materials, and equipment to inspect and service fire and suppression systems located at Fort Sam Houston. 0001AA BLDG 44 2 Each Ansul Model # R101 Dry Chemical System consists of 1 cylinder (20 lbs) and 1 hood 0001AB BUILDING 272 2 Each Guardian Model 1384-A Wet System consist of 1 cylinder (2.5 lbs) and 1 hood 0001AC BUILDING 330 2 Each Ansul Model 102 Wet System consists of 3 cylinders two (3 gal) one (1.5 gal) and 1 hood 0001AD BUILDING 325 2 Each Ansul R-102 3 Gal Fire Suppression System 0001AE Not Used 0001AF BUILDING 1350 2 Each Ansul R-102 3 Gal Fire Suppression system 0001AG BUILDING 1377 2 Each Ansul Model R102 Wet System consists of 6 cylinders (3 gal) and 4 hoods 0001AH BUILIDING 1387 2 Each Ansol Model R102 Wet System consists of 3 cylinders one (3 gal) two (1.5 gal) and 2 hoods 0001AJ BUILDING 1395 2 Each Ansul Model R102 Wet System consists of 4 cylinders three (3 gal) one (1.5 gal) and 4 hoods 0001AK BUILDING 1462 2 Each Range Guard Model R6 Wet System consists of 2 cylinders one (2.5 gal capacity) one (1.25 gal capacity) and 1 hood 0001AL BUILDING 1630 2 Each Ansul Model R102 Wet System consists of 1 cylinder (3 gal) and 1 hood 0001AM BUILIDING 1630A 2 Each Range Guard Model R.125 Gal Wet System consist of 1 cylinder (1.25 gal) and 1 hood 0001AN BUILDING 1705 2 Each Ansul Model R102 Wet System consists of 1 cylinder (3 gal) and 1 hood 0001AO BUILIDING 1720 2 Each Ansul R102 Wet System consists of 1 cylinder (3 gal) and 1 hood 0001AP BUILDING 1721 2 Each Range Ruard R1.25 Wet System consist of 1 cylinder (1.25 gal) and 1 hood 0001AQ BUILDING 2420 2 Each Ansul Model R102 Wet System consists of 3 cylinders (3 gal) and 3 hoods 0001AR BUILDING 2521 2 Each Ansul R102 Wet System consist of 1 cylinder (3 gal) and 1 hood 0001AS BUILDING 2530 2 Each Ansul R101 Dry Chemical System consists of 2 cylinders (20 lbs) and 2 hoods 0001AT BUILDING 2540 2 Each Ansul Model R102 Wet System consists of 5 cylinders (3 gal) potassium-based wet solution. 0001AU BUILDING 2652 2 Each Ansul Model R101 System consists of 1 cylinder (30 lbs) and 1 hood 0001AV BUILDING 2745 2 Each Ansol Model R101 System consists of 11 cylinders nine (3 gal) two (1.5 gal) and 1 hood 0001AW BUILDING 2841 2 Each Ansul Model R102 Wet System consists of 1 cylinder (3 gal) and 1 hood 0001AX BUILDING 2900 2 Each Ansul Model 102 Wet System consists of 2 cylinders (3 gal) and 1 hood 0001AY BUILDING 3600 - BURGER KING 2 Each Ansul Model R102 Wet System consists of 1 cylinder (3 gal) 0001AZ BUILDING 3631 2 Each Gaurdian Model 1384-A Wet System consists of 1 cylinder (2.5 lbs) AND 1 HOOD 0002 INSPECT & SVC FIRE SUPPRESSION SYSTEM Contractor shall provide all necessary labor, parts, materials, and equipment to inspect and service fire and suppression systems located at Camp Bullis. 0002AA BUILIDING 5105 2 Each System consist of 3 cylinders one (3.75 gal) Model Amerex KP375 Wet; one (25 lbs) Model Kidde Model HDR25 Dry Chemical; one (3 gal) Model Ansol R102 and 3 hoods 0002AB BUILDING 5107 2 Each 2 cylinders one (30 lbs) Ansol Model R102 Wet; one (10 lbs) RSR Model ESR10 Dry Chemical 0002AC BUILDING 5124 2 Each Ansul R102, Wet System consists of 3 cylinders (3 gal) 0003 RECHARGE CYLINDERS Contractor shall recharge cylinders to include replacement of fusible link. 0003AA 10 lb CYLINDER 1 Each 0003AB 20 LB CYLINDER 1 Each 0003AC 25 LB CYLINDER 1 Each 0003AD 30 LB CYLINDER 1 Each 0003AE 50 LB CYLINDER 1 Each 0003AF 2.50 QUART WET 1 Each 0003AG 1.25 GAL WET 1 Each 0003AH 1.50 GAL WET 1 Each 0003AJ 2.50 GAL WET 1 Each 0003AK 3.00 GAL WET 1 Each 0003AL 3.75 GAL WET 1 Each 0004 HYDROSTATIC TEST 0004AA CYLINDERS 1 Each 0004AB C02 CARTRIDGE 1 Each 0005 FUSIBLE LINKS 200 Each 0005AA NOZZLE CAP, RUBBER 75 Each 0006 EMERGENCY CALL-OUT SERVICE 5 Each 0007 CONTRACT MANPOWER REPORTING 1
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN01407539-W 20070916/070915195257 (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.