Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

42 -- Fire Extinguisher Maintenance

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
SFW-10-002
 
Archive Date
6/19/2010
 
Point of Contact
Selina F. Williams, Phone: 3019811908, Ricky Callahan, Phone: 301-981-4149
 
E-Mail Address
Selina.Williams@afncr.af.mil, ricky.callahan@afncr.af.mil
(Selina.Williams@afncr.af.mil, ricky.callahan@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: The United States Air force is seeking information from interested parties on a Fire Extinguisher Maintenance requirement on Joint Base Andrews NAF Washington, formerly known as Andrews AFB, MD. Acquisition of the requirement will be FY 2010 and may be required through FY 2015. The Air Force has a requirement to continue to provide Fire Extinguisher Maintenance services in the most cost effective way possible. The Air Force is seeking qualified companies with the capability and capapcity to fulfill this requirement in order to promote competition. The Air Force is interested in companies who completely understand that they are to provide all tools, supplies, equipment, and labor necessary to maintain and service portable and wheeled fire extinguishers. Any inspection, testing, maintenance, and/or recharging performed on portable fire extinguishers are to be carried out in complete compliance with National Fire Protection Agency Standard 10 (NFPA 10) - Standard for Portable Fire Extinguishers; Air Force Occupational Safety and Health Standard (AFOSHSTD) 91-56 - Fire protection and Prevention; and Air Force Technical Order (AFTO) 13F4-4-121- Fire Extinguisher, Wheeled Liquefied Gas, 150 lb Capacity. AFTO 13F4-4-121 takes precedence over NFPA. Reference for Technical Order for Portable Extinguishers may be found at http://www.e-publishing.af.mil. All FAR clauses and provisions cited within the above clauses may be viewed and obtained at http://farsite.hill.af.mil or http://www.arnet.gov. Purpose: The purpose of this RFI is to seek information from interested sources that are technically capable of performing these services and can demonstrate their ability to do so. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Requirements: The requirements of this acquisition include the following: • Maintenance and Repair Services o Preventative and Corrective Maintenance o Painting o Labeling o Hydrostatic Testing • Corrective Maintenance Services • Recordkeeping • Annual Estimated Workload 1. 150lb Wheeled (halon) 12-yr hydrostatic testing 2. 10lb portable (dry chemical) 12-yr hydrostatic testing 3. 20 lb portable (dry chemical) 12-yr hydrostatic testing 4. 30 lb portable fire extinguisher Required maint. Class D, Metal X 5. 2.5 gallon(pressurized), loaded 1-yr hydrostatic testing 6. 150 lb wheeled Required maint. Flight -line (halon) 7. 10lb (dry chemical) Required maintenance 8. 20lb (dry chemical) Required maintenance 9. 150lb flight-line (halon) 6-yr corrective maintenance 10. 10lb (dry chemical) 6-yr corrective maintenance 11. 20lb (dry chemical) 6-yr corrective maintenance 12. Paint 150lb wheeled (halon) Required maintenance Responses: Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Responses to this RFI should be submitted using MS Word (12 point font) no later than June 4, 2010 to Selina F. Williams at selina.williams@afncr.af.mil no later than 12:00 pm. Please limit responses to 10 pages written. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI SHALL include the following: Submitter's Company Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to Selina F. Williams, at 1535 Command Drive, Suite EE218, Joint Base Andrews NAF Washington, MD 20762. Brochures may be sent electronically to Selina F. Williams at selina.williams@afncr.af.mil. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate their business size. Responses received after June 4, 2010 may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/SFW-10-002/listing.html)
 
Place of Performance
Address: Andrews AFB, MD, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02161397-W 20100528/100526235629-18befb4ef861e28f383ed6b5bcc41136 (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.