|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347United States Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly
Rd, Suite C, Pope AFB, NC, 28308-2896 J -- BASE FIRE PROTECTION EQUIPMENT AND SYSTEMS SERVICE SOL
F31601-99-R-0005 DUE 061899 POC Michael Daniels, Contract Specialist,
Phone (910) 394-6276, Fax (910) 394-6289, Email
michael.daniels@pope.af.mil -- Gail Williams, Contract Specialist,
Phone (910) 394-6285, Fax (910) 394-6289, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F31601-99-R-0
005&LocID=534. E-MAIL: Michael Daniels, michael.daniels@pope.af.mil.
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:
F31601-99-R-0005. This solicitation is being issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-11. Standard Industrial Classification Code: 7382. Small business
size standard: $9.0 M. Quotations are solicited as 100% small business
set-aside. STATEMENT OF NEED: OBJECTIVE: The contractor shall maintain
all base fire protection equipment and systems in a fully operational
status. FULLY OPERATIONAL: Systems and equipment shall be maintained
and/or restored to fully operational status in accordance with National
Fire Protection Association (NFPA) Codes and Standards, manufacturers
operating instructions and local policy. If the system can not be
returned to fully operational within 24 hours of notification, 4 hours
for systems located in living quarters, the contractor shall notify
the Fire Communication Center of estimated time required to restore the
system to a fully operational status. The contractor shall complete
repairs and return system to fully operational status within 5 days of
notification. Non-availability of parts shall not be considered a
valid excuse for non-compliance in bringing a system up to fully
operational status. STATEMENT OF SERVICE: The contractor shall provide,
except as identified as government provided items and services, all
tools, supplies, equipment, and labor necessary to inspect, test,
label, mark, repair, clean, service, and maintain Fire Alarm Systems,
Cooking Fire Extinguisher Systems, Cooking Ventilation and Hood
Systems, Water-Based Fire Protection Systems, Halon1301 cylinders, Fire
Hydrants and 150-Pound Halon 1211 Flight-line Extinguishers at Pope AFB
and Air Force owned building and system on Fort Bragg, NC. The
contractor shall take over control of the system(s) and provide
service(s) to these facilities and system(s) as list above, that are
constructed only after the system(s) have been thoroughly checked out
at final acceptance test and the system(s) are fully operational. The
contractor shall respond around the clock, seven days a week, to all
emergency/trouble calls within 4 hours from the time of notification
from the Government POC. Building 250 and 346 require a 2-hour response
time. The contractor will report to building 250 and sign in with the
Fire Communication Center and be briefed by the Fire Communication
operator. The equipment and system(s) shall be returned to fully
operational status. If the problem is not with the fire protection
equipment and system(s), the contractor will notify the Fire
Communication Center. The contractor shall maintain a log of
emergency/trouble responses in the Fire Communication Center and turn
into the Government POC at the end of each month. See uploaded file to
obtain a template. The contractor shall respond to facilities under
construction warranty for emergency /trouble calls. The contractor
shall notify the Government POC for resolution. These facilities will
be the responsibility of the contractor once the warranty period ends.
The contractor shall coordinate the required services and completion
of services with Facility manager or Alternate, and Fire Communication
Center. The contractor and the contractor_s employee must be clearly
identified as such by wearing uniforms identifying the company and a
picture ID. The contractor and his employee shall provide proof of
required certifications as identified in the Certification, Inspection,
and Special Requirements Table. See uploaded file to obtain a copy of
this table. BAR-CODING: The contractor shall bar-code all fire
protection equipment and systems, install software, and load
information into the bar code computer in the technicalservices office.
This will be completed within the first month of the contract. The
contractor will update the information, on a monthly basis, after
completion of monthly inspection, testing, repairs, maintenance and
cleaning of the fire protection equipment and systems. The contractor
shall update and add labels as necessary, when a device is replaced or
added: and the updated information shall be loaded into the bar-code
computer. The contractor shall save and back up informatio to disk on
a monthly basis. REPORTS: The contractor shall submit completed reports
of all inspections, testing, repairs, maintenance, services, and
cleaning at the end of each month to the Government POC. See web link
below to obtain templates. All records, documents, and associated
papers provided by the government or generated during the period of
this contractor become government property and will be returned to the
government upon contract termination or completion. ENVIRONMENTAL
PROTECTION: The contractor shall ensure that the purchase, use,
handling, storage, spills, and disposal of all toxic, hazardous, and
special materials and waste are in accordance with federal, state, and
local environmental protection regulations. QUALITY CONTROL: The
contractor shall provide a quality control system covering all contract
requirements identified. The system shall be review by government and
revised as necessary at no additional cost to the government. The
government shall inspect and accept services in accordance with the
provided Quality Assurance Surveillance Plan (QASP). See uploaded link
to obtain a copy of the QASP. PERFORMANCE OF SERVICES DURNING CRISIS
DECLARED BY THE NATIONAL COMMAND AUTHORITY: Contractor performance
shall remain unchanged during periods of crisis as declared by the
National Command Authority. CLIN 0001, Monthly Service; CLIN 0002,
Reimbursable Parts, and CLIN 0003 Bar Coding Set-Up. Period of
Performance: Basic year, and four one-year options. Contract shall not
exceed a total of five (5) years. NOTE: See Web Link below to obtain
copies of the Pricing Schedule. PROVISIONS AND CLAUSES: The provision
at 52.212-1, Instructions to Offerors _ Commercial Items, applies
without addenda. The provision at 52.212-3, Offeror Representations and
Certifications _ Commercial Items, applies without addenda. DFARS
provision at 252.212-7000, Offeror Representations and Certifications
_ Commercial Items, applies. Completed copies of 52.212-3 and
252.212-7000 must be provided with the quotation. NOTE: See uploaded
file to obtain copies of the Offeror Representations and
Certifications. The clause at 52.212-4, Contract Terms and Conditions
_ Commercial Items, applies without addenda. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders _ Commercial Items, applies and incorporates the
following additional clauses: Paragraph (b) _ (1), (5), (7), (11),
(12), (13), (14), (15), (22), and (24) are applicable. Paragraph (c) _
(1), (2), and (3) are applicable. The DFARS clause at
252.212-7001,Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items, applies and incorporates the following supplemental
DFARS clauses: 252.225-7012, Preference for Certain Domestic
Commodities and 252.243-7002, Award to Single Offeror. FAR 52.252-2,
Clauses Incorporated by Reference: This contract incorporates one or
more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will
make their full text available. Also, the full text of a clause may be
accessed electronically at this/these address(es):
http://farsite.hill.af.mil The following clauses are incorporated:
52.228-5, Insurance _ Work on a Government Installation, 52.232-18,
Availability of Funds, 52.217-8, Option to Extend Services, 52.217-9,
Option to Extend the Term of the Contract, (blanks are completed as
follows: thirty (30) days, sixty (60) months), 252.204-7-004, Required
Central Contractor Registration, and AFI 40-102, Tobacco Use In The
Air Force. PROPOSALS: Offerors must provide a technical proposal, which
shall cover as a minimum, all requirements identified in the above
Statement of Need. The proposal shall be in sufficient detail as to
assure the government that the offeror has a thorough understanding of
the technical requirement. It shall also encompass the contractor_s
internal quality control system as it relates to the contract
requirements. BASIS OF AWARD: A purchase order will be issued based
upon the offer determined to provide best value, considering technical
characteristics, price, and past performance. The contractors
technical proposal and internal quality control system will be
incorporated at time of award. Documents 1 through 7 listed below will
become part of the resulting contract. SITE VISIT: A site visit is
scheduled for 2 June 1999 at 10:00 AM EST. Please RSVP via phone or
e-mail to the below POC no later than 28 May 1999. If you have any
questions before the site visit, please fax them to TSgt Daniels, at
910-394-6289. DUE DATE: Proposals must to be submitted to 43 CONS/LGCV,
1443 Reilly Road, Suite C, Pope AFB, North Carolina 28308-2896, not
later than close of business, 18 June, 1999. Questions concerning this
RFP should be addressed to TSgt Michael W. Daniels, via phone at (910)
394-6276, or e-mail at Michael.Daniels@Pope.af.mil. Attachments: 1.
List of Government provided items and services 2. List of buildings
with fire protection equipment and systems 3. List of equipment and
systems requiring service 4. Certification, inspection and special
requirements table 5. Emergency trouble call log 6. Monthly inspection
log 7. Pricing Schedule 8. Quality Assurance Surveillance Plan (QASP)
9. Offeror Representations and Certifications Posted 05/13/99
(D-SN331243). (0133) Loren Data Corp. http://www.ld.com (SYN# 0065 19990517\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|