Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,2000 PSA#2673

Department of Veterans Affairs Medical Center, A&MMS 90C, 3200 Vine Street, Cincinnati, OH 45220

J -- INSPECTION, TESTING, ADJUSTING, AND FLUSHING OF FIRE PREVENTION SYSTEMS SOL 539-01-04 DUE 091800 POC Betty Jo Dessauer, (513) 475-6340 or Garry Plear, (513) 475-6338 or Sandi Magers (513)475-6339 This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 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. This Request for Quotation (RFQ) is issued as number 539-01-04. The performance period is from date of award through September 30, 2001 with four one-year options to renew. The contract type is firm fixed price. The SIC Code for this procurement is 7389 and NAICS Code is 56199 (max $5.0 million annual). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This procurement is unrestricted but is potentially reserved for HUBZone 8(a), 8(a), HUB Zone Small Business, Very Small Business, and small business participation in the cascading procurement strategy order as listed in this sentence to provide maximum practical opportunities forsmall and small disadvantaged businesses. All responses from responsible sources will be fully considered. In accordance with Federal Acquisition Regulation (FAR) Subpart 19 any award resulting from this solicitation will be made on a competitive basis to an eligible HUBZone Section 8(a) business concern, provided that a minimum of two (2) competitive (technical and cost) offers are received from eligible HUBZone Section 8(a) concerns. If a minimum of two (2) offers from eligible HUBZone 8(a) concerns are not received, the award will be made to an eligible Section 8(a) business concerns, provided that a minimum of two (2) competitive (technical and cost) offers are received from eligible Section 8(a) concerns, etc., etc., etc., through the cascading procurement strategy order. If a minimum of two (2) offers from qualified small business concerns are not received, the award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. Furnish all necessary labor, equipment, tools, materials, parts, supervision, transportation, lodging, and any thing else required to perform inspecting, testing, adjusting, and flushing service. Service shall be performed in accordance with the National Fire Protection Association, Inc Standards (NFPA 13, 20 and 25) and the Cincinnati Fire Prevention Code. 1. Contractor shall provide testing and adjusting service on all flow and tamper switches on facility fire sprinkler systems. Service shall be provided quarterly on fire sprinkler systems located in Buildings 1, 3, 5, 6, 7, 8, and 15. 2. Contractor shall provide testing service of facility fire pumps. Service shall be provided annually on fire pumps located in Buildings 1, 3, and 15. Services for Buildings 3 and 15 shall be on the last Friday in March and the service for Building 1 shall be conducted the last Saturday in March. Annual testing of facility fire pump assembly (pump, driver, controller, and transfer switch) shall be performed to determine its ability to continue to attain a satisfactory performance at shutoff, rated and peak loads. All alarms shall operate satisfactorily. All valves in the suction line shall be checked to assure that they are fully open. Specific check points of the pump and motor will be revolutions per minute, discharge pressure, suction pressure, gallons per minute, percent of rated capacity, voltage, ampere, low suction switch, and relief valve. These points checked at the churn, 100% and 150% of capacity intervals. 3. Contractor shall provide inspecting, testing, and flushing service of facility standpipes. Service shall be performed periodically on standpipes located in Buildings 1, 3, and 15. There are a total of eight (8) standpipes in Building 1, one (1) standpipe in Building 3 and two (2) standpipes in Building 15. Building 1 service shall be performed during option year 1 and option year 3. Buildings 3 and 15 shall be performed during option year 2. Inspecting and testing shall be conducted to assure the wet pipe systems will meet the flow demands required at the time of installation or to determine that the source of water supply, full flow, is adequate to maintain flow and pressure at the topmost hose outlet as required for the system design and building code. A working test of pipe valves shall be made before acceptance. Pipe systems must deliver water at the most remote hose outlet in not less than sixty (60) seconds. The gallons per minute and the pressure shall be recorded at that point. All other standpipes will be flushed. 4. Contractor shall provide testing and flushing service of facility fire hydrants. Service shall be performed annually with the full flow test rotated to different hydrants each year. A flow test shall be performed on two (2) hydrants recording the flow rates and pressure. A full flow operational test shall be performed on the remaining eight (8) fire hydrants. Tests shall be performed in the month of September. The Government does not represent that the same equipment will be on hand at the time of award or during the life of this contract. The Government reserves a unilateral right to change the equipment location, to delete equipment, and to replace or add the same or similar types or models of equipment during the life of this contract due to such causes as equipment upgrading. An adjustment to the contract price will be negotiated with the Contractor, when equipment is deleted and not replaced, and when additional equipment is added to the contract. There shall be no adjustment to contract price if equipment is replaced with the same or similar type or model. Contractor shall furnish qualified and trained technicians to perform all required services under this contract. Testing shall be performed by a technician licensed to perform such tests. The Contractor shall provide technical assistance to technicians when additional support and consultations are needed to perform services. Only written quotes will be accepted. Quotes must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000) Alternate III (JAN 1999), DUNS Number in accordance with 52.204-6, Contractor Identification Number -- Data Universal Numbering System (DUNS) Number (JUN 1999), and VAAR 852.219-70, Veteran-Owned Small Business (DEC 1990). The following clauses apply by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (MAR 2000), FAR 52.212-2, Evaluation-Commercial Items (JAN 1999), FAR 52.212-4, Contract Terms and Conditions Commercial Items (MAY 1999), 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (AUG 2000) with the following checked as appropriate for (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, itshall so indicate in its offer), 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994)(MAR 1999) -- Alternate I (MAR 1999), 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246) (FEB 1999), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (APR 1998), 52.222-36, Affirmative Action for Workers With Disabilities (29 U.S.C. 793) (JUN 1998), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (JAN 1999), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 1312), 52.225-13, Restriction on Certain Foreign Purchases (JUL 2000), 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332) (MAY 1999), and with the following checked as appropriate for (c): 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et. seq.) (MAY 1989) (Wage Determination No. 94-2414, Revision No. 10 dated 6/4/00 is incorporated in this RFQ/contract), 52.222-42, Statement of Equivalent Rates for Federal Hires, (MAY 1989) (This statement is for information only: It is not a wage Determination -- Employee Class = Fire Equipment Mechanic -- Wage Grade 10; Monetary Wage = $14.70; Fringe Benefits = $3.68), 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (MAY1989), 52.222-47, Service Contract Act (SCA) Minimum Wages and Fringe Benefits (MAY 1989); 52.217-8, Option to Extend Services (NOV 1999), 52.217-9, Option to Extend the Term of the Contract (MAR 2000); 52.212-2 Evaluation Items, para (a) is filled in as follows: a. Technical Capability and b. Experience/Past Performance. The Technical Capability and Experience/Past Performance are equal in weight, and, when combined, are equal to price; Questions pertaining to the solicitation must be submitted in writing and may be faxed to 513-475-6334. Quotes will not be accepted by facsimile but will be accepted via E-Mail at betty.dessauer@med.va.gov or mailed to VA Medical Center (90C), 3200 Vine Street, Cincinnati OH 45220. Quotes must be submitted no later than 4:30 p.m. September 18, 2000. Telephonic inquires may be addressed to Betty Jo Dessauer at 513-475-6340. Posted 08/24/00 (W-SN490042). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0071 20000828\J-0026.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on August 24, 2000 by Loren Data Corp. -- info@ld.com