Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

H -- INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED FIRE EXTINGUISHING AND AUTOMATIC FIRE ALARM SYSTEMS - Past Performance Questionaire

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 161 ARW, ATTN: BASE CONTRACTING OFFICE, 3200 E. Old Tower Road, PHOENIX, Arizona, 85034-7263
 
ZIP Code
85034-7263
 
Solicitation Number
W912L2-09-T0013
 
Archive Date
8/29/2009
 
Point of Contact
Ana L. Cousins, Phone: 6023029225
 
E-Mail Address
ana.cousins@azphoe.ang.af.mil
(ana.cousins@azphoe.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Based work Statement Past performance questionaire required from 3 references This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W912L2-09-T-0013 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-33. The associated NAICS codes is 561621, small business size $12.5. COMMERCIAL ITEM DESCRIPTION: The 161stAir Refueling Wing has a requirement for INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED FIRE EXTINGUISHING AND AUTOMATIC FIRE ALARM SYSTEMS. The contractor shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFFF (aqueous film forming foam) systems, and monitoring systems at 161ST ARW, PHOENIX, AZ 85034, in a manner that will ensure their serviceability and operation. Inspections, testing and frequency will be done in accordance with UFC 3-600-02 with the following references if guidance in the UFC is not provided: NFPA 12A, 25, 72, NFPA 409 or current edition, and ANG standards for annual, semi-annual, monthly, and weekly tests and inspections. CLIN 0001- BASE YEAR Inspections of Fire Systems Inspection of Installed Automatic Fire Suppression and AFFF Systems per statement of work (Refer to SUBCLINS) CLIN 0001AA- BASE YEAR Inspections Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 13 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0001AB- BASE YEAR Inspections Semi-Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 4 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0001AC- BASE YEAR Inspections Annual/ 30 Minute runs Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 3 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0001AD- BASE YEAR -Emergency Services Per statement of work, the contractor shall provide emergency services within 2 hours to repair an installed automatic fire alarm system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. These emergency services will provided on a as needed basis. QUANTITY 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0002- OPTION YEAR 1-Inspections of Fire Systems Inspection of Installed Automatic Fire Suppression and AFFF Systems per statement of work(Refer to SUBCLINS) CLIN 0002AA- OPTION YEAR 1- Inspections Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 13 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0002AB- OPTION YEAR 1- Inspections Semi-Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 4 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0002AC- OPTION YEAR 1- Inspections Annual/ 30 Minute runs Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 3 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0002AD- OPTION YEAR 1- Emergency Services Per statement of work, the contractor shall provide emergency services within 2 hours to repair an installed automatic fire alarm system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. These emergency services will provided on a as needed basis. QUANTITY 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0003- OPTION YEAR 2- Inspections of Fire Systems Inspection of Installed Automatic Fire Suppression and AFFF Systems per statement of work (Refer to SUBCLINS) CLIN 0003AA- OPTION YEAR 2- Inspections Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 13 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0003AB- OPTION YEAR 2- Inspections Semi-Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 4 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0003AC- OPTION YEAR 2- Inspections Annual/ 30 Minute runs Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 3 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0003AD- OPTION YEAR 2- -Emergency Services Per statement of work, the contractor shall provide emergency services within 2 hours to repair an installed automatic fire alarm system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. These emergency services will provided on a as needed basis. QUANTITY 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0004- OPTION YEAR 3- Inspections of Fire Systems Inspection of Installed Automatic Fire Suppression and AFFF Systems per statement of work (Refer to SUBCLINS) CLIN 0004AA- OPTION YEAR 3- Inspections Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 13 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0004AB- OPTION YEAR 3-Inspections Semi-Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 4 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0004AC- OPTION YEAR 3- Inspections Annual/ 30 Minute runs Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 3 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0004AD- OPTION YEAR 3- Emergency Services Per statement of work, the contractor shall provide emergency services within 2 hours to repair an installed automatic fire alarm system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. These emergency services will provided on a as needed basis. QUANTITY 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0005- OPTION YEAR 4- Inspections of Fire Systems Inspection of Installed Automatic Fire Suppression and AFFF Systems per statement of work (Refer to SUBCLINS) CLIN 0005AA- OPTION YEAR 4- Inspections Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 13 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0005AB- OPTION YEAR 4- Inspections Semi-Annual Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 4 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0005AC- OPTION YEAR 4- Inspections Annual/ 30 Minute runs Per statement of work, the CONTRACTOR shall provide all management, tools, supplies, equipment and labor necessary to inspect, test, and maintain automatic fire suppression systems, AFF (Aqueous film forming foam) systems and monitoring systems. QUANTITY 3 Systems (See Table for system type) 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination CLIN 0005AD- OPTION YEAR 4- -Emergency Services Per statement of work, the contractor shall provide emergency services within 2 hours to repair an installed automatic fire alarm system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. These emergency services will provided on a as needed basis. QUANTITY 1(LUMP SUM) tiny_mce_marker ____________ FOB: Destination The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Government's stated importance of evaluation criteria. The following factors shall be used to evaluate offers: Price, past performance and technical evaluation. Therefore, all offerors must submit their best price adherent to the scope of work outlined within the attached Performance Work Statement. Past performance questionnaire will be required from at least 3 references. Past performance evaluation will be based on quality customer service. Contractor will be required to respond within 2 hours for emergency calls and is responsible for quality maintenance repair. Technical Evaluation is based on the following certifications: Nicet Level 3 (State of AZ) Certified or Certified Fire Protection Engineer to include AFFF (Foam Systems). Vendor shall be licensed in the State of Arizona. Failure to submit this may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply. 52.212-1 Instructions to Offerors-Commercial Items JUN 2008, 52.212-2 Evaluation - Commercial Items JAN 1999, 52.212-3 Offeror Representations and Certification--Commercial Items FEB 2009, 52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award JUN 1988, 52.217-5 Evaluation of Options JUL 1990, 52.219-1 Small Business Program Representations MAY 2004, 52.222-50 Combating Trafficking in Persons FEB 2009, 52-223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products DEC 2007, 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008, 52.225-18 Place of Manufacture SEP 2006, 52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000, 52.232-23 Alt I Assignment of Claims (Jan 1986)-Alternate I APR 1984, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009, 252.204-7003 Control Of Government Personnel Work Product APR 1992, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate SEP 2007, 252.225.7002 Qualifying Country Sources as Subcontractors APR 2003, FAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008, 252.232-7010 Levies on Contract Payments DEC 2006, 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008, 252.239-7002 Access DEC 1991, 252.239-7004 Orders for Facilities and Services NOV 2005, 252.239-7005 Rates, Charges and Services NOV 2005, 252.239-7006 Tariff Information JUL 1997, 252.239-7007 Cancellation or Termination of Orders JULY1997, 252.239-7008 Reuse Arrangements DEC 1991, 2 52.239-7013 Obligation of the Government JULY 2006, 252.239-7014 Term of Agreement DEC 1991, 252.243-7001 Pricing of Contract Modifications DEC 1991, 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998), 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2009), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009), 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001),52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999), 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984), 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989), 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004), 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998), 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984), 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984), 252.204-7006 BILLING INSTRUCTIONS (OCT 2005), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 52.204-7007 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (52.204-8) ALTERNATE A, 252.232-7001 DISPOSITION OF PAYMENTS (DEC 1991),252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) The link for the applicable Wage Determination is WD 95-0221 (Rev.-22) was first posted on www.wdol.gov on 06/02/2009 Emergency Incident/Fire Safety Services http://www.wdol.gov/sca.aspx#4 Site Visit will be held on the August 7, 2009 at 08:00 am local time. Interested parties should contact Ana Cousins, the Contracting POC by email or phone (602)302-9225 prior to the site visit. Site visit location is the 161st Air Refueling Wing (Civil Engineering Bldg 6) located at 3200 E. Old Tower Rd. Phoenix, AZ 85034-7263. Interested parties should RSVP with POC no later than August 5, 2009 by email or phone. Escort will be the Contracting POC. Security personnel will not allow anyone on base without proper identification and escort as well as proof of insurance and current driver's license and ID for all personnel. All questions pertaining to this requirement are due by 11:00 am local time on August 11, 2009. All prospective offerors interested in submitting a quote must be registered with the Central Contractor Registration (CCR) @ https://www.ccr.dlis.dla.mil. Interested parties should submit their quotes, company's name, and mailing address, point of contact, phone number, and e-mail to Ana Cousins at ana.cousins@azphoe.ang.af.mil or fax (602)302-9122 or by mail 3200 E. Old Tower Rd Phoenix, AZ 85034-7263. The deadline for Quotes is August 14, 2009 at 11:00 am local time. Quotes received after this date will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L2-09-T0013/listing.html)
 
Place of Performance
Address: 3200 E. Old Tower Rd, Phoenix,, Arizona, 85034, United States
Zip Code: 85034
 
Record
SN01889605-W 20090730/090728235533-7116ff6b0d164a10027b636f0b5eac86 (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.