Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

United 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