|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1999 PSA#2434DIRECTORATE OF CONTRACTING; 30 N. WOLFE AVENUE; EDWARDS AFB, CA
93524-6351 S -- WET/DRY CHEMICAL SUPPRESSION SYSTEM SOL F0470099T1188 DUE 092799
POC Nick Condos WEB: DIRECTORATE OF CONTRACTING,
http://bsx.org/edwards/bus_ops. E-MAIL: DIRECTORATE OF CONTRACTING,
nick.condos@edex.edwards.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. The solicitation number is
F04700-99-T1188. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-12 and Defense Acquisition Circular 91-13. This acquisition is 100%
setaside for small business; the standard industrial classification
code is 7389. Small Business Size Standard: 500. Wet/Dry Chemical Fire
Suppression Systems requires the following list of items and be in
compliance with National Fire Code Standards. Services is for delivery
to various buildings located on Edwards AFB CA. The price schedu le is
as follows: Basic Year: CLIN: 0001, 76 each, Wet/Dry Chemical Fire
Suppression Systems, preventive maintenance during the months of
January and July 00 in accordance with statement of work. CLIN: 0002,
76 each, Replacement Fusible link during the month of July 00. CLIN:
0003, 9 each, Estimated Emergency Service Calls during the performance
period of this requirements. CLIN: 0004, 1 Lot, Over-and-Above
replacement parts. Dollar amount to be determined at award. In addition
to this there will be four-one year options (Option Year one CLIN 0005
through 0008, Option Year two CLIN 0009 through CLIN 0012, Option year
three CLIN 0013 through CLIN 0016, and Option year four CLIN 0017
through CLIN 0020). CLIN descriptions including quantities are
identical to the basic year. Offerors are reminded to ensure that they
submit separate unit prices broken down by basic year and the four
option years. This is important in as much as the option years are
subject to be exercised pursuant to the option provisions. The
following is the Statement of Work. A. Scope: This provides for and
requires inspection, maintenance, testing and repair of the Wet/Dry
Chemical Systems at Edwards AFB C A. The contractor shall furnish all
supervision, equipment, tools, labor, materials, replacement parts and
supplies. The work shall be performed in accordance with this PWS and
shall be subject to terms and conditions of this contract. The system
shall be maintained in a condition, which assures the systems ability
to perform the required functions at all times, and to prevent the
systems from deteriorating in value and ability. Replacement parts
provided shall be equal to the original in workmanship and materials.
The contractor shall conduct two (2) inspections per year per system.
These inspections shall be conducted during the month of January and
July for each year. B. Locations Various: 52 building with a total of
76 systems on Edwards AFB CA. C. Performance of Work: The work shall be
conducted to conform with applicable base regulations and in a manner
that shall provide maximum satisfaction to the occupant and the
Contracting Officer's authorized representative. Work shall be
accomplished without a divergence from established schedules unless
prior approval has been received from the contracting Officer. During
performance of work, the contractor shall be responsib le for maximum
protection of Government Property. 1. This contract shall be performed
in Government buildings and structures. These buildings shall be
occupied by Government officials, employees and dependents and are
visited daily by numerous persons conducting business with the
Government. Hasty and careless work performance or interference with
other Government work shall not be tolerated. The work shall be
scheduled by the contractor so as not to interfere with the normal
workload of the facility. 2. The contractor shall confine his operation
to regular working days and hours, Monday through Friday, 7:30 a.m.-
4:30 p.m., unless otherwise approved by the contracting office or his
authorized representative. If unusual or emergency conditions require
deviations, the contractor shall perform the required service upon
request. 3. The contractor shall furnish advice and recommendations on
extensions, repairs, replacement parts and the conduct of work under
this contract. D. Qualifications: All work shall be accomplished by an
experienced firm licensed in the installation, inspection,
maintenance, and testing of Wet/dry Chemical Systems in compliance with
National Fire Code S tandards. 1. Craftsman performing these services
shall be thoroughly trained and experienced in the maintenance and
repair of Wet/Dry Chemical Extinguishing Systems. 2. Supervisory
Personnel: The contractor shall personally supervise the work or have
a competent work leader or superintendent perform these duties. This
person must be thoroughly trained and experienced in the installation,
maintenance, and repair of Wet/Dry Chemical Extinguishing Systems. 3.
The Government reserves the right to restrict the employment, under
the contract, of any contractor employee or prospective contractor
employee the Government deems as a potentialthreat to the health,
safety, security, general well being, or operational mission of Edwards
AFB CA and its population. E. Salvageable Materials (Fixtures and
Equipment): In general, all flammable materials are considered
disposable and non-flammable materials are salvageable. 1. All
salvageable items shall be delivered to the Contracting Officer's
authorized representative. The contractor shall be responsible for the
adequate storage and protection of all salvageable materials, fixtures
and equipment until delivered to the Contracting Officer 's authorized
representative. Any damaged materials, fixture or equipment shall be
replaced at no cost to the Government if such damage has been found to
result from the negligence of the contractor. 2. Disposable materials
shall become the property of the Contractor. Contractor generated
rubbish shall be disposed of by the contractor at the sanitary landfill
site located on Edwards AFB, CA (7:30a.m.- 4:00p.m. Monday through
Friday). When the sanitary landfill is not in operation for any reason,
the contractor shall dispose of all excess materials off base at his
own expense and in a legal manner. 3. Any material identified by the
Government as hazardous material shall be disposed of by the contractor
at his own expense. Handling and disposal of the hazardous materials
shall be in strict accordance with Federal, State and local
regulations. 4. Should questionable materials be encountered, the
contractor shall notify the Contracting Officer or his authorized
representative for positive identification and disposal instructions.
F. Contractor Furnished Equipment: The contractor shall provide all
necessary equipment, materials and supplies required to perform the
contract. Rep lacement parts necessary to repair, service, or calibrate
the system shall be furnished by the contractor as required.
Replacement parts shall be as recommended by the manufacturer of the
system being serviced. Parts shall be installed only after approval has
been received from the Contracting Officer or his authorized
representative. All work shall comply with the following specifications
as applicable: NFPA standard, No. 17 Dry Chemical Extinguishing
Systems, No.17A Wet Chemical Extinguishing Systems, No. 70 National
Electric Code, No. 71 Installation Maintenance and Use of Signaling
Systems for Central Station Service, No. 72 Installation, Maintenance
and Use of Protective signaling Systems, Factory Mutual Systems (FMS)
Publications, Underwriters Laboratory Inc. (UL) Regulations, American
Institute of Steel Construction, Manufacturer's Recommendation. G.
Services to be Performed: The inspections shall be performed only after
the Contracting Officer, or his authorized representative has been
notified at least 15 working days prior to arrival of the contractor.
1. Inspections: The systems shall be maintained according to the
manufacturers recommended procedures. The contr actor is to perform the
semi-annual inspections. A copy of the manufacturer's procedures,
schedule, or inspection procedures shall be submitted to the QAE no
more than 30 calendar days after award of this contract. 2. Reports: a
complete report of all maintenance provided and component parts shall
be submitted to the Contracting Officer or his authorized
representative following each inspection or service visit. These
reports shall include a record of the condition found, and adjustments
or repairs made and any replacement parts provided. Any pertinent
recommendations shall also be included in this report. The contractor
shall provide the Contracting Officer his maintenance procedures in
checklist form. These forms and reports shall be provided to the
Contracting Officer or his authorized representative in quadruplicate.
3. System/Recharge/Reconditioning: The contractor shall conduct
semi-annual inspections on each agent storage cylinder. The contractor
shall demonstrate capability to, and shall be equipped to provide
complete recharge and/or reconditioning following system discharge. 4.
Maintenance Procedures: Regularly scheduled maintenanceshall be done
in the month of January and July. Maintenance procedures shall include,
but not be limited to weight checks, pressure checks, power checks,
proper operation of all shutoff devices, fusible link check, agent
condition, and transmission of fire codes to the Fire Communications
center. Replacement of fusible links on all systems shall be done in
the month of July. Documents certifying satisfactory system conditions
shall be completion of each inspection. 5. Emergency Service: The
services to be performed and work to be accomplished under this phase
of the contract are to be considered emergency services. It is
understood and agreed that the Government may require the contractor to
perform emergency services under this contract. Such additional work or
service shall be paid per call by the Government as bid and set forth
in the contract schedule. On any emergency basis, the contractor shall
provide within 24 hours the necessary services and material to
completely recharge and reactivate ant of the units. The Contractor
Officer or his representative shall contact the contractor when the
services are required. The Government is not bound to provide such
extra work to the contractor. The contrac tor shall render his/her
invoice for any extra work including replacement parts within five (5)
working days, along with authorization for such work. FAR provision
52.212-1, Instructions to Offerors-Commercial applies. Offerors must
include a copy of FAR provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFARS 252.212-7000, Offeror
Representation and Certifications-Commercial Items, applies. FAR clause
52.212-4, Contract Terms and Conditions-Commercial Items, applies.
Addenda: The Over-and-Above CLIN permits the Government and the
contractor to negotiate parts which are within the general scope of the
purchase order but are not specifically identified and priced,
necessary to make repairs or prevent malfunctions. The following
procedures will be followed: If, during maintenance/repairs, the
contractor recommends replacement of parts the contractor will submit
a work order request to the QAE recommending parts required to complete
repairs. The QAE will evaluate the request and will approve/disapprove
up to $2500.00. If the request exceeds $2500.00 it will be routed to
the Contracting Officer for approval. The contractor shall not proceed
wi th the over and above work until the work order has been approved.
Parts will be priced based on established market prices, less most
favored customer discounts, excluding handling charges, and shall be
supported by supplier invoices. Contractor invoices shall contain
copies of supplies invoices for parts approved by the QAE or the
Contracting Officer for payment. If the government and the contractor
fail to negotiate a fair and reasonable price for the required parts,
the government may use other means, to obtain the parts. Dollar amount
to be determined at award. 52.217-5, Evaluation of Options 52.217-8,
Option to Extend Services; 52.217-9, Option to Extend the Term of the
Contract; 52.232-18, Availability of Funds, 52.222-42, Statement of
Equivalent Rates for Federal Hires, Fire Alarm System Mechanic,
monetary wage $16.73, fringe benefits $2.15, 252.204-7004, Required
Central Contracting Registration. U.S. Dept. of Labor Wage
Determination No. 94-2043, Rev. 12 applies. FAR clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes Or
Executive Orders-Commercial Items, applies. Applicable FAR clauses
cited in 52.212-5 are 52.203-6, Restrictions on Subc ontractor Sales to
the Government with Alternate I; 52.219-4, Notice of Price Evaluation
Preference for HUBZone Small Business Concerns; 52.219-8, Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of
Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era, 52.222-36 affirmative Action for Workers with Disabilities,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.225-19, European Community Sanctions for
Services, 52.232-33, Payment by Electric Funds Transfer-Central
Contracting Registration; 52.222-41, Service Contract Act of 1965, as
amended; 52-222-42, Statement of Equivalent Rate for Federal Hires;
52.222-43, Fair Labor Standards Act and Service Contract Act-Price
Adjustment. DFAR clause 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes Applicable to Defense Acquisitions of
Commercial Items applies. Applicable DFAR clauses cited in 252.212-7001
are: 252-225-7001, Buy American Act and Balance of Payment Program;
252.247-7024, N otification of Transportation of Supplies by Sea. The
Defense Priorities and Allocations System (DPAS) rating is: Unrated.
Contact Nick Condos, fax 661-275-7883, for information regarding this
solicitation. Offers are due at the Air Force Flight Test Center,
Directorate of Contracting, 30 North Wolfe Avenue, Edwards AFB CA
93524, on 27 Sept 99 Posted 09/15/99 (D-SN380804). (0258) Loren Data Corp. http://www.ld.com (SYN# 0078 19990917\S-0006.SOL)
S - Utilities and Housekeeping Services Index Page
|
|