Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
MODIFICATION

H -- This requirement is for inspection and maintenance of fire suppression systems described as any range hood fire protection system (wet or dry chemical) used to extinguish accidental cooking range fires.

Notice Date
1/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W9124A-13-T-0012
 
Response Due
2/15/2013
 
Archive Date
3/26/2013
 
Point of Contact
Nancy L. Shoemaker, 520-533-3226
 
E-Mail Address
ACC-APG - Fort Huachuca
(nancy.l.shoemaker.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
United States Army Garrison (USAG) at Fort Huachuca, AZ Notice of Intent to Award on a Lowest Price Technically Acceptable Basis. This is a Notice of Intent to award on a Lowest Price Technically Acceptable (LPTA) basis Fire Suprression System Services as described in accordance with the included Performance Work Statement. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. A FORMAL SOLICITATION WILL BE POSTED AT A FUTURE DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOSCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. 1) The United States Army Contracting Command, Aberdeen Proving Ground, (ACC-APG), Fort Huachuca Division at Fort Huachuca, Arizona has a requirement for maintenance of fire suppression systems as listed in the attached Technical Exhibit. A Fire Suppression System is described as any range hood fire protection system (wet or dry chemical) used to extinguish accidental cooking range fires. 2) The Solicitation will be competed as a Total Small Business Set-Aside in the near future. The Directorate of Public Works (DPW) provides support for the operation and maintenance of post facilities and requires fire suppression systems to be serviced and maintained in a ready state for operation. 3) A site visit will be offered approximately 1 week after the solicitation is made available to bidders. Notification of the Site Visit date and time will be provided in the Solicitation document. 4) Any contract with the government requires registration in the System for Award Management (SAM) website url: https://www.sam.gov/portal/public/SAM/ in accordance with FAR Clause 52.212-3 -- Offeror Representations and Certifications; Offeror Representations and Certifications -- Commercial Items (Feb 2009) 5) Tax ID is required. 6) The period of Performance will be for One Base Year and Four Option Years with Subject to Availability of funds under the authority of FAR 52.232-18. The vendor selected must be able to perform the services at Ft. Huachuca within 30 days of contract award for one year as specified in the Performance Work Statement. 7) See the Performance Work Statement below for details of the Fire Suppression Services requirement. Point of Contact: Nancy L. Shoemaker Phone: 520-533-3226 Fax: (520) 538-6503 E-Mail: nancy.l.shoemaker.civ@mail.mil PERFORMANCE WORK STATEMENT Fire Suppression Services, Fort Huachuca, Arizona SECTION C C.1. General. C.1.1. Scope. Contractor shall provide all plant, labor, equipment, tools, chemicals, and other items necessary to perform the work as defined herein on Fort Huachuca, Arizona. Contractor shall perform all work in accordance with all federal, state, and local laws and regulations and shall follow all manufacturers' recommendations for maintenance of fire suppression systems as listed at Technical Exhibit 1. C.1.2. Background. The Directorate of Public Works (DPW) provides very complex support for the operation and maintenance of post facilities, which have a direct impact on the morale, and welfare of the military and civilian work force and housing residents. Therefore, it is imperative that the equipment is serviced and maintained in a ready state for operation. C.1.3. Personnel. The contractor shall furnish supervisory, technical, administrative, and clerical personnel necessary to accomplish all work required by this contract. Contractor personnel performing work on fire suppression systems shall have the experience necessary to perform required work and shall hold all required qualifications and certifications required by federal, state, and local laws and regulations. C.1.4. Frequency. The contractor inspections and maintenance shall be performed at intervals required by manufacturers' manuals and federal, state, and local laws and regulations. C.1.5. Coordination of Work. The contractor shall contact the Contracting Officer's Representative (COR) or designated representative within 1 week after contract award to schedule the work. The buildings are in use, and normal operations cannot be discontinued. The contractor shall schedule the work for each building with its tenant. The work shall be scheduled as necessary (days, nights, and weekends included) to accomplish work. In the event that a satisfactory schedule cannot be developed, the Contracting Officer's Representative (COR) or designated representative shall be notified immediately. A work schedule shall be submitted to the COR or designated representative at least 10 days prior to start of work, and appropriate times for the inspection shall be decided. Government inspector will be available for each phase of the inspections. The contractor shall report to the COR or designated representative before beginning work and upon completion of work. C.1.6. Emergencies. The contractor shall respond to all emergency service call requests for fire suppression systems (wet or dry chemical) within 2 hours of notification by the Contracting Officer or designated representative. The contractor representative shall be available by telephone 24 hours a day and 7 days a week to accept and respond to emergency service calls. The Contracting Officer will provide names of personnel authorized to place emergency service calls to the contractor, in writing. The contractor shall coordinate all repairs with the COR or designated representative prior to accomplishing any repairs. The contractor shall submit an itemized invoice to the Contracting Officer to include all costs associated with each emergency service call placed. C.1.7. Contractor Negligence. The contractor shall, at no cost to the Government, recharge; clean; repair; or replace within 24 hours all surfaces and equipment damaged by work or inadvertent discharge of fire suppression systems when caused by negligence of the contractor. C.2. Definitions. C.2.1. Fire Suppression System. Any range hood fire protection system (wet or dry chemical) used to extinguish accidental cooking range fires. C.2.2. Hazardous Material. Hazardous Material is any product listed as such in Title 49 of the Code of Federal Regulation (CFR), Sections 100-199. The Hazardous Material Transportation Uniform Safety Act, 103 of Title 1, defines such materials as a substance or material in a quantity or form, which may post an unreasonable risk to safety, health, and property when transported in commerce. C.2.3. Hazardous Waste. Hazardous material that is not entirely used and can no longer be used for its original intended purpose. C.3. Government-Furnished Items. The Government will furnish water and electricity as required for the work to be performed. C.4.2. The contractor shall submit all invoicing through Wide Area Work Flow, (WAWF). C.4. Contractor Furnished Items. Contractor shall provide all equipment and material as required for the work to be performed. C.4.1. Material Safety Data Sheets (MSDS). Contractor shall provide MSDS to the COR 10 days prior to start of work. The MSDS are required for all hazardous material. Contractor is responsible for complying with all federal and state environmental and safety requirements. A specific requirement is hazardous communication and MSDS in accordance with 20 Code of Federal Regulations Part 1910. Contractor is also responsible for proper management of hazardous materials and petroleum products under Arizona Revised Statues, Title 49, and the Resource Conservation and Recovery Act, 49 Code of Federal Regulations parts 260 through 279. C.5. Specific Tasks. C.5.1. Recharge. The contractor shall recharge the fire suppression system within 24 hours after notification by the COR or designated representative. C.5.2. Replacement Parts. The contractor shall provide all parts required during performance of this contract. All parts shall be new and of the same manufacturer as the original part or approved by the COR or designated representative. The contractor shall be reimbursed at cost for parts and labor, less any discounts for replacement parts. An invoice from the supplier shall be furnished as substantiation of cost for all parts used under this contract. C.5.3. Hydrostatic Testing. The contractor shall perform all hydrostatic testing of the fire suppression systems prior to the expiration of previous testing and after any repair or maintenance is performed (that would require recharge) in accordance with the manufacturers' manuals, and any federal, state, and local laws and regulations and shall attach certification tags as required. C.5.4. On a semi-annual basis, fire suppression system inspection shall be conducted in accordance with the manufacturer's manuals and any federal, state, and local laws and regulations. As a minimum, the contractor's inspection shall include, but not limited to, the following. 1. Ensure the extinguishing system is in its proper location. 2. Verify manual operators are unobstructed. 3. Ensure tamper indicators and seals are intact. 4. Verify maintenance tag or certification is in place. 5. Ensure physical damage or condition that may prevent operation does not exist. 6. Ensure pressure gauge(s), if provided, are within operable range. 7. Ensure nozzle blow off caps are intact and undamaged. 8. Inspect all detectors, expellant gas, wet chemical container releasing devices, piping, nozzles, alarms, and auxiliary equipment. 9. Verify agent distribution piping is not obstructed. 10. Inspect temperature-sensing elements of the fusible alloy and replace at least annually or as necessary. 11. Check cable, links, corner pulleys, and tension springs (Guardian Systems) 12. Check electrical/gas shutdown switches/valves. C.5.4.1. Deficiencies. The contractor shall record and maintain records of any deficiencies found and shall perform appropriate corrective action immediately to repair deficient condition(s). The contractor records shall include, at a minimum, a detailed description of the deficiency(s) found with the name of the person performing the inspection and the date the inspection was performed. The contractor shall forward a copy of the inspection report to the COR within five working days. C.5.5. Maintenance. The contractor shall perform all required maintenance listed, but not limited to, for wet and dry chemical systems (to include rewiring) when necessary in accordance with the manufacturers' manuals and any federal, state, and local laws and regulations as follows. 1. Refill system with fire control agent (using applicable measure). 2. Repair or replace piping and connections that are corroded or pitted. 3. Repair or replace leaking agent cylinder. 4. Repair or replace system pull stations or cable as applicable. 5. Replace damaged nozzles or covers. 6. Repair or replace equipment shutdown devices. 7. Hydro-test agent cylinder as required by the manufacturer's manual land federal, state, and local laws and regulations. 8. Repair or replace system activating/actuating devices. 9. Hydro-test charging cylinder (CO2 or nitrogen) as required by the manufacturer's manual and federal, state, and local laws and regulations. 10. Refill or replace charging cylinder (CO2 or nitrogen) when 10 percent below required weight. 11. Hydrostatic test extinguisher cylinders as required by the manufacturer's manual and federal, statue, and local laws and regulations. 12. Repair cables, pulleys, and tension springs. 13. Repair or replace electrical/gas shut-off valves. 14. Replace fusible links when necessary. C.5.6. Clean the entire work area immediately after completion of work to allow normal kitchen operations at the next meal. C.5.7. Return all units to an operating state when cleaning procedures are complete. C.5.8. Ensure when inspection and maintenance procedures are completed that all electrical switches, detection devices, system supply cylinders, and so forth are in an operating state; cover plates are installed; and dampers and diffusers are positioned for proper airflow. C.5.9. Notify the COR or designated representative that work is ready for inspection upon completion of work on each hood in each building. C.5.10. Safety. Contractor personnel shall use proper safety equipment at all times during the performance of the contract and shall perform all tasks in a safe manner in accordance with OSHA Public Law 91-596. C.5.11. Inspection of Services. The work shall be subject to inspection at all times. The presence or absence of the inspector shall not relieve the contractor from strict compliance with these specifications nor shall the presence of an inspection relieve the contractor from any deficiency that may be noted in the final inspection. Upon completion of work on each Fire Suppression System in each building, the contractor shall notify the COR or designated representative, and a joint inspection shall be made with the contractor. C.6. Applicable Publications. The publications listed below form a part of Section C to the extent referenced and will hereafter be referred to by basic designation only. The contractor and employees shall comply with all reference documents below while fulfilling the requirements of this contract. 1.NFPA 17, Standard for Dry Chemical Extinguishing Systems NFPA A7A, Standard for Wet Chemical Extinguishing Systems NFPA 96, Standard for the Installation of Equipment for the Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment BOCA Basic Building Code, Article 10 Standard Building code, Chapter IX Uniform Building code, Chapter 38 Corps of Engineers Manual, General Safety Requirements, EM 385-1-1 Occupational Safety and Health Act (OSHA) Public Law 91-596 AFR 127-12 NFPA National Fire code, No. 91 20 code of Federal Regulations Part 1910 Arizona Revised Statues, Title 49 Resource Conversation and Recovery Act, 49 Code of Federal Regulations Parts 260 C.7: ACCOUNTING FOR CONTRACT SERVICES. The Contractor shall report all Contractor manpower using the following web address: https://cmra.army.mil The required information includes: (1) Contracting Office, KO, and Contracting Officer's Technical Representative (COTR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, telephone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); Fort Huachuca organizational UIC is: or (Fort Huachuca UIC is W6CFAA; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). C.7.1: As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. C.7.2 Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. FIRE SUPPRESSION SERVICES Technical Exhibit 1 - 10-11-2012 CLIN DESCRIPTION 0001 Building 15479, 19th Hole - Frequency-2; Systems-1; Links-5; Type-WET 0002 Building 30033, Motor Pool (Engr)-Frequency-1; Systems-1; Links-3; Type-DRY 0003 Building 48101, Child Care Center-Frequency-2; Systems-1; Links-1; Type-DRY 0004 Building 51004, Burger King-Frequency-2; Systems-3; Links-9; Type-WET 0005 Buidling 52010, Bowling Alley-Frequency-2; Systems-1;Links-3; Type-DRY 0006 Building 52030, AAFES Main Mall-Frequency-2; Systems-2; Links-4; Type-WET 0007 Building 52056, Youth Services-Frequency-2; Systems-3; Links-4; Type-WET 0008 Buidling 52107, Thunderbird DFAC-Frequency-2; Systems-6; Links-13; Type-WET 0009 Building 61801, Greely Hall Caf -Frequency-2;Systems-1; Links-2; Type-DRY 0010 Building 70525, TMAC-Frequency-2;Systems-2; Links-9; Type-WET 0011 Buildng 72907, Log Paint Booth-Frequency-1; Systems-1;Links-3; Type-DRY 0012 Buidling 75901, Log Motor Pool-Frequency-1; Systems-2; Links-2; Type-DRY 0013 Building 80503, Virginia Hall DFAC-Frequency-2; Systems-5;Links-10; Type-WET 0014 Buildng 80504, Yardley DFAC-Frequency-2; Systems-5; Links-10; Type-WET 0015 Building 82301, AAFES Mini Mall-Frequency-2; Systems-3; Links-8; Type-WET 0016 Building 85202 Weinstein DFAC-Frequency-2; Systems-7; Links-?; Type-DRY 0017 Buildng 90404, DPW HAZMART-Frequency-1; Systems-4; Links-6; Type-DRY 0018 Building 90417, DOL HAZMART-Frequency-1; Systems-4; Links-12; Type-DRY 0019 Building 90714, WWTP #2-Frequency-2; Systems-2; Links-2; Type-DRY 0020 Building 49055, CDC Annex-Frequency-2; Systems-2; Links-?; Type-WET System Manufacturer information will be included in the Solicitation to follow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91e3b5118a5ed4717dba9a1666994bcb)
 
Place of Performance
Address: ACC-APG - Fort Huachuca Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02972450-W 20130127/130125234138-91e3b5118a5ed4717dba9a1666994bcb (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.