Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

J -- Self-Contained Breathing Apparatus (SBCA) and Cylinders Testing

Notice Date
3/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024418T0010
 
Response Due
3/7/2018
 
Archive Date
3/22/2018
 
Point of Contact
Sean Harold 619-556-9676
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 and FAR 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N00244-18-T-0010 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. Solicitation is 100% Small Business Set-Aside and the associated NAICS code is 541990 and small business size standard is $15 M. NOTE: OFFEROR MUST BID ALL ITEMS IN ATTACHMENT 1 AND SUBMIT IN THE EXCEL SPREADSHEET PROVIDED. PARTIAL BIDS WILL NOT BE ACCEPTED. All questions must be submitted by 12:00PT on 05 March 2018 by email to sean.harold@navy.mil Submit offer to Contract Specialist Mr. Sean Harold via email only sean.harold@navy.mil with entry in subject line RFQ N00244-18-T-0010 Self-Contained Breathing Apparatus (SBCA) and Cylinders Testing no later than 15:00 PT on 07 March 2018. Offers that are received after this time and date will not be included in the competition. Offers that do not include Attachment 1 completed in entirety will not be considered. All offerors must ensure that they receive a confirmation email of successful receipt of their proposal from the Contract Specialist prior to the closing date/time in order to validate that their proposal was received by the Government by the stated closing time and date. Self-Contained Breathing Apparatus (SBCA) and Cylinders Testing 1.0OBJECTIVE Navy Region Southwest, Fire and Emergency Services requires contractor support for testing, inspection, repair, and maintenance and recertification of Self-Contained Breathing Apparatus (SCBA), Supplied Air Respirators (SAR), Rapid Intervention Team (RIT) Paks, Mobile Air Carts, and cylinders located in fire stations across various regions. The equipment will be made accessible as required to the contractor and testing will be performed on-site at each individual fire station. 2. BACKGROUND A complete SCBA unit is a fully assembled breathing apparatus that can be immediately donned and used in a contaminated air environment and/or in firefighting by the operator. The components of a fully assembled SCBA unit shall include the facemask, air cylinder and valve, backpack and harness, regulator, air hoses with couplings/connectors, gauges, electronics, and miscellaneous securing parts as outlined in the SCBA model breakdown charts from SCOTT SAFETY. Air Carts consist of the cart, associated gauges, couplings/fittings, hoses, High Pressure (HP) and low pressure output regulators and SAR hoses. 3. SPECIFIC TASKS 3.1 SCBA/SAR/RIT/AIRLINE REGULATORS/MOBILE AIR CARTS 3.1.1 Each item will be thoroughly inspected visually and repairs completed on-site and include an inventory of each unit by serial number, model number, location/station number and current service date. 3.1.2 The SCBA unit shall be flow tested annually on a Posichek machine with the latest software, and/or after any repairs requiring a new flow test as outlined in the current SCOTT Technician manuals and Posichek manual. No SCBA shall be returned to service unless accompanied by a Posichek flow test sheet indicating that it has passed all tests 100% and is signed by the technician. If repairs did not warrant a flow test, such as replacement of harness parts, or parts outlined in SCOTT manual not requiring a flow test, then it shall be and stated that the SCBA is repaired and ready for full service. No exceptions. 3.1.3 The regulator shall be visually and functionally tested as outlined in the Scott Technician manual which includes inspecting, repairing and replacing items that do not meet service standards as outlined in Scott service manuals. 3.1.4 The pressure reducer shall be visually and functionally tested as outlined in the Scott Technician manual which includes inspecting, repairing and replacing items that do not meet service standards as outlined in Scott service manuals. 3.1.5 The harness and backpack assembly shall be visually and functionally tested as outlined in the Scott Technician manual which includes inspecting, repairing and replacing items that do not meet service standards as outlined in Scott service manuals. 3.1.6 The cylinder assembly includes the hand-wheel mechanism and pressure gauge, burst disc safety device and valve assembly in its entirety. The cylinder vessel itself shall be visually inspected and repaired if external damage is within manufactures limits to level 2. If Level 3 damage is found a report must be submitted to the COR. The report must contain the FFD # of cylinder and manufacture serial number, the type of damage and the cost to bring cylinder back to 100% serviceability. If damaged, the cylinder vessel shall be marked permanently out of service and COR notified. No work shall be performed outside of normal hydrostat /warranty to the cylinder. A complete visual external inspection of all cylinders shall be carried out annually. 3.1.7 All flow tests shall include all serial numbers of the SCBA/SAR/RIT/AIRLINE REGULATORS/ SCOTT Mobile air carts being tested. 3.1.8 All adjustments made shall be clearly stated in the comments section on the posichek form before being printed and signed. If no adjustments/repairs were made to the unit being tested it shall be stated as such. 3.1.9 If the SCBA/SAR/RIT/AIRLINE REGULATORS/ SCOTT Mobile air carts cannot be tested on time it must be clearly stated in writing with a revised estimated time of completion. 3.1.10 AA and AAA (voicecomm s) Batteries will be replaced annually by contractor at annual servicing with all other changes being performed by personnel at the department level as required. All batteries being replaced shall be of same type and brand no generics will be authorized. All batteries shall be changed in PASS device, Voice Comm, RIT pak, Chest gauge, SARPAK Gauge assembly, and no mixing of used and new batteries are authorized. The date shall be written on batteries with month / year. ENERGIZER industrial shall be used, unless changed by written direction from COR. 3.1.11 Full electronic testing of PASS (Personal Alert Safety system), shall be visually and functionally tested as outlined in the Scott Technician manual which includes inspecting, repairing and replacing items that do not meet service standards as outlined in Scott service manuals. 3.1.12 Mobil air cart Pressure gauges are tested, calibrated and if gauges are not within factory tolerance they shall be replaced. If no longer under warranty, notification must be provided to the COR. 3.1.13 Mobile air cart Hand Valves are operationally tested and serviced if worn, if the valve no longer meets minimum operational requirements it will be replaced. If no longer under warranty, notification must be provided to the COR. 3.1.14High Pressure (HP) hoses are checked for damage and replaced if necessary. 3.1.15 Airline Regulators shall be visually and functionally tested as outlined in the Scott Technician manual which includes inspecting, repairing and replacing items that do not meet service standards as outlined in Scott service manuals. 3.1.16 The wheeled frame unit, pneumatic unit HP system, LP system, mainframe unit, and electrical unit will be inspected according to manufacturer requirements. 3.1.17 The following final performance tests will be performed and documented leak, static LP manifold pressure, flow rate, and relief valve set point. 3.1.18 Testing, maintenance, and recertification of confined space hoses, SAR hoses, air cart hoses or low pressure supplied air line systems will be tested and marked in accordance with all applicable regulations. 3.1.19 Contractor is responsible for notifying the Installation Fire Chief and COR if equipment is unavailable while contractor is on site performing maintenance. 3.1.20 Any deviations will be returned to manufacturer s operating standard or tagged out of service for repair or due to end of service life and reported to the Installation Fire Chief and COR. 3.2 CYLINDERS (15MIN,45MIN,60MIN) 3.2.1 Service and hydrostatic testing shall be conducted on-site with a DOT approved portable hydrostatic testing unit. 3.2.2 A complete visual internal and external inspection shall be carried out prior to and after any hydrostatic testing, utilizing a borescope in order to detect minor defects not visible to the naked eye. 3.2.3 During this inspection all cylinders are to be leak tested and if leaks are found (usually from gauge or valve) any repairs will be completed as stated in the Repairs/Replacement section above. 3.2.4 Upon completion of the re-test, the cylinders are drained and then dried out completely utilizing an electric drying rack as regulated by the DOT. 4. PLACE OF PERFORMANCE 4.1 SAN DIEGO METRO AREA Point of contact is the Installation Fire Chief at 619-767-7278 encompassing the twelve (12) fire stations listed below: 4.1.1 NB Coronado Station 11, Bldg 792, Hanger Rd, Coronado, CA 92135 4.1.2 NB Coronado Station 12, Bldg 33, Saufley Rd, Coronado, CA 92135 4.1.3 NAB Coronado Station 13, Bldg 19, Kwajalein Rd, Coronado, CA 92135 4.1.4 OLF Imperial Beach Station 14, Bldg 5, 1498 13th St, Imperial Beach, CA 91932 4.1.5 San Clemente Island (SCI) Station 112, Bldg 60143 Administration Rd, San Diego, CA 92132. Note: Government will be able to transport all technicians and equipment to San Clemente lsland by the barge at no cost to the contractor. Contractor must provide 14 day notice to the Installation Fire Chief to ensure contractor personnel and equipment are added to the barge manifest. 4.1.6 San Clemente Island (SCI) Station 113, Bldg 60006 Perimeter Rd, San Diego CA 92132. Note: Government will be able to transport all technicians and equipment to San Clemente lsland by the barge at no cost to the contractor. Contractor must provide 14 day notice to the Installation Fire Chief to ensure contractor personnel and equipment are added to the barge manifest. 4.1.7 NB San Diego Station 16, Bldg 52, Kalbfus Rd, San Diego, CA 92136 4.1.8 NB San Diego Station 17, Bldg 3359, 3359 Norman Scott Rd, San Diego, CA 92136 4.1.9 NAVMED Balboa Hospital Station 18, Bldg 10, 34800 Bob Wilson Dr, San Diego, CA 92140 4.1.10 MCRD Station 19, Bldg 614, Belleua Ave, San Diego, CA 92140 4.1.11 NB Point Loma Station 110, Bldg 539, 140 McClelland Rd, San Diego, CA 92106 4.1.12 NB Point Loma Station 111, Bldg 340, 271 Catalina Blvd, San Diego, CA 92106 4.2 NAVAL AIR WEAPONS STATION CHINA LAKE, CA (NAWSCL) Point of contact is the Installation Fire Chief at 760-939-4628 or 760-939-2146 encompassing three (3) fire stations below: 4.2.1 NAWS China Lake Station 21, Bldg 00878, 1 Administration Circle, China Lake CA 93555-6100 4.2.2 NAWS China Lake Station 22, Bldg 20009, 1 Administration Circle, China Lake CA 93555-6100 4.2.3 NAWS China Lake Station 23, Bldg 70005, 1 Administration Circle, China Lake CA 93555-6105 4.3 NAVAL AIR STATION LEMOORE, CA (NASL) Point of contact is the Installation Fire Chief at 559-998-1704, encompassing two (2) fire stations below: 4.3.1 NAS Lemoore Station 61, Bldg 770 Franklin Ave. NAS Lemoore CA 93246 4.3.2 NAS Lemoore Station 62, Bldg 190 Franklin Ave. NAS Lemoore CA 93246 4.4 NAVAL WEAPONS STATION SEAL BEACH, CA (NWSSB) Point of contact is the Installation Fire Chief at 562-626-7005 encompassing one (1) fire station below: 4.4.1 NWS Seal Beach Station 31, Bldg 203; 800 Seal Beach Blvd, Seal Beach, CA 90740 4.5 NAVAL AIR FACILITY EL CENTRO, CA (NAFEC) Point of contact is the Installation Fire Chief at 760-339-2251 encompassing one (1) fire station below: 4.5.1 NAF El Centro Station 41, Bldg 137, 1605 3rd Street, El Centro CA 92243 4.6 NAVAL AIR STATION FALLON, NV (NASF) Point of contact is the Installation Fire Chief at 775-426-3400 encompassing two (2) fire stations below: 4.6.1 NAS Fallon Station 51, Bldg 18, 4th St, Fallon NV 89496 4.6.2 NAS Fallon Station 52, Bldg 302, Churchill Ave, Fallon NV 89496 4.7 NAVAL BASE VENTURA COUNTY, CA (NBVC) Point of contact is the Installation Fire Chief at 805-989-7034, encompassing four (4) fire stations below: 4.7.1 NBVC Point Mugu Station 71, Bldg 391 Ronald Reagan, Point Mugu, CA 93042 4.7.2 NBVC Point Mugu Station 72, Bldg 642 Ronald Reagan, Point Mugu, CA 93042 4.7.3 NBVC Port Hueneme Station 73, Bldg 430 Patterson Rd., Port Hueneme, CA 93043 4.7.4 NBVC St. Nicholas Island Station 74, Bldg 144 Monroe Dr., San Nicholas Island, CA 93042. Note: Government will be able to transport all technicians and equipment to St. Nicholas lsland by the barge at no cost to the contractor. Contractor must provide 14 day notice to the Installation Fire Chief to ensure contractor personnel and equipment are added to the barge manifest. 5.0 PERSONELL QUALIFICATIONS 5.1 Contractor shall provide SCOTT certified personnel to complete annual certification, required maintenance/warranty repairs of Scott Safety SCBA/SAR/RIT/AIRLINE REGULATORS SCOTT Mobile air carts equipment. 5.2 Contractor shall provide personnel who are qualified to perform cylinder hydrostatic testing in accordance with the DOT and Manufacturer Specifications. 6.0 DELIVERABLES Complete records and reports are kept of all test results. The following must be provided to the Installation Fire Chief, COR and SME during and/or after each installation s service visit: 6.1 During the service visit, any deviations will be returned to manufacturer s operating standard or tagged out of service for repair or due to end of service life and reported to the Installation Fire Chief or Operations Chief on duty by the end of the day and to the COR on the next business day. 6.2 After completion of the service visit a work order summary of services provided including each components serial number, model number, the installation/location, the internal fire department numbering (if utilized - e.g. E-12-C would mean engine 12 captain, current service date and service status within 7 calendar days to the Installation Fire Chief and COR. 6.3 Contractor must provide proof of current POSICHECK and PORTACOUNT calibration. 6.4 All Flow Test Sheets complete with proper comments as outlined above and be permanent to the form (no hand written ink comments allowed) then shall be signed by the service tech. 6.5 Complete records and reports are kept of all hydrostatic testing results; contractor must provide a work order summary of services provided including a serial number, model number, location/station number, current service date and service status within 7 calendar days to the Installation Fire Chief and COR. 6.6 Any deviations will be returned to manufacturer s operating standard or tagged out of service for repair or due to end of service life and reported to the Installation Fire Chief or Operations Chief on duty by the end of the day, Region Fire Chief/Staff, and to the COR on the next business day. Contractor must provide proof of current PORTACOUNT calibration. 7.0 APPLICABLE GUIDELINES 7.1 The most recent edition/version of NFPA 1500, Standard on Fire Department Occupational Safety and Health Program. Scott Technician manuals, Honeywell Posichek Manual, NFPA 1852, 1981, 1982, NIOSH and any other applicable requirement shall be adhered to. 7.2 NFPA 1989: Standard on Breathing Air Quality for Emergency Services Respiratory Protection, 2013; NFPA 1500: Standard on Fire Department Occupational Safety and Health Program; Occupational Safety and Health Administration (OSHA) 29 CFR 1910.134; Manufacture Maintenance Manual, Cylinders manufactured under the DOT-exemption E- 8059 or E-1095 or E-10664 will be tested according to the DOT exemption and Company (EFIC or SCI) recommendations and testing procedures. Hydrostatic testing will be performed in accordance with the DOT. TERMS AND CONDITIONS: 1)Quotes: All or Nothing 2)Period of Performance: 20 March 2018 30 September 2018 3)Place of Performance: All locations listed in Para. 4 of the PWS 4)Payment: WAWF 5)Contract Award: It is intended to award a single Firm Fixed Price Contract to the Offeror that is evaluated lowest price technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-36; 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b.- Destination Applicable DFARS clauses and provisions: 252.2212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability; (ii) Past performance; and (iii) Price Offeror s proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, services offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be removed from further competition. See paragraph (b) below. Only those Offerors that are rated acceptable in Factor (i) will be further evaluated under Factors (ii), and (iii). Contract will be awarded to the Offeror who is found acceptable in Factors (i) and (ii) and is the lowest price offer. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror s best terms from both a price and technical standpoint. (b) Technical capability of the services offered to meet the government requirement. This factor has two sub-factors as follows: (i) Technical Approach: (5 page limit) The Offeror shall provide a narrative explanation of its understanding of, the methodology and ability to perform all tasks included in Section 3. SPECIFIC TASKS of the PWS. The technical approach should demonstrate that the Offeror can accomplish the specified work in a technically competent, timely manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, best practices and other methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. Personnel Qualifications (no page limit for certifications) CERTIFICATIONS MUST BE SUBMITTED IN ACCORDANCE WITH PARA. 5.0 PERSONNEL CERTIFICATIONS OF PWS. Offers that do not contain copies of Scott certifications, will not be considered further for award. Technical Acceptable/Unacceptable Rating Method: Acceptable- Proposal meets the requirements of the solicitation. Unacceptable- Proposal does not meet the requirements of the solicitation. (ii) Offeror s PAST PERFORMANCE information will be used to make a determination of whether the Offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers that lack relevant past performance history, will receive a neutral rating under this factor. Contract number, customer, POC, dollar value, and brief statement of work are required for all past performance references. The Contracting Officer will evaluate Offeror s PAST PERFORMANCE as follows: Past Performance Acceptable/Unacceptable Rating Method: Acceptable- Based on the Offeror s performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror s performance record is unknown. (See note below) Unacceptable- Based on the Offeror s performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable (iii) Price. Offeror shall bid all items in Attachment 1 in the MS Excel format. Other formats are not acceptable. Partial bids will not be accepted. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) EMCRA CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS AND RELATED BACKGROUND INFORMATION The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [Self-Contained Breathing Apparatus (SBCA) and Cylinders Testing] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. All questions must be submitted by 12:00PT on 05 March 2018 by email to sean.harold@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418T0010/listing.html)
 
Record
SN04838785-W 20180303/180301230731-1a97d9b5d4f0ae8e768d3d4cb0dbfd39 (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.