Loren Data Corp.

'

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

Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581

Z -- INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED FIRE EXTINGUISHING AUTOMATIC FIRE ALARM SYSTEMS SOL F4165200Q0141b DUE 090400 POC Jonathan Davis, Contract Manager, Phone (915) 696-2288, Fax (915) 696-3676, Email Jonathan.Davis@dyess.af.mil -- Jonathan Davis, Contract Manager, Phone (915) 696-2288, Fax (915) 696-3676, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F4165200Q0141b&LocID=1003. E-MAIL: Jonathan Davis, Jonathan.Davis@dyess.af.mil. This is a small business set-aside combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation and proposals will not be issued. F4165200Q0141 is issued as a Request for Quotation. The SIC Code for this solicitation is 7382 (max $9 million annual) for the Inspection, Testing, and Maintenance of installed fire extinguishing and automatic fire alarm systems according to the Statement of Work included in this synopsis/ solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This procurement is being solicited for performance of services according to the following Statement of Work: STATEMENT OF WORK FOR INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED FIRE EXTINGUISHING AND AUTOMATIC FIRE ALARM SYSTEMS Dyess AFB 8 Aug 2000 SCHEDULE OF PRICES 0001 Basic year 30 Aug 2000 through 1 Sept 2001 0001AA The Contractor shall provide all management, tools, supplies and equipment necessary for a one time full inspection of Fire Alarm Systems which include: Fire Alarm Panels, Horn/Strobe/Bells, Manual Pulls, Smoke Detectors, Heat Detectors, Duct Smoke Detectors, Batteries, Monaco transmitter & receivers, CPU, and Water Based Fire Protection Systems to determine their compliance to National Fire Protection Association (NFPA) Codes and Standards. 1 TIME 0001AB The Contractor shall provide all management, tools, supplies and equipment necessary to test, clean, service, and maintain on a monthly basis the Fire Alarm Systems which include: Fire Alarm Panels, Horn/Strobe/Bells, Manual Pulls, Smoke Detectors, Heat Detectors, Duct Smoke Detectors, Batteries, Monaco transmitter & receivers, CPU, and Water Based Fire Protection Systems to bring in complance with National Fire Protection Association (NFPA) Codes and Standards accordance with the statement of work. AMT PER MONTH FOR 12 MONTHS. 0001AC Reimbursement for Contractor acquired supplies in support of items in 0001AB. The contractor will be reimbursed for cost of parts only. Note: All parts over $3000 must be coordinated in advance with the Government POC. NOT TO EXCEED $85,000. STATEMENT OF WORK FOR INSPECTION, TESTING, AND MAINTENANCE OF INSTALLED FIRE EXTINGUISHING AND AUTOMATIC FIRE ALARM SYSTEMS 1. DESCRIPTION OF SERVICES: The contractor shall provide all management, tools, supplies, equipment and labor necessary (1) to test systems and correct any deficiency and (2) to inspect, clean, service and test fire extinguishing and Fire Protection equipment and systems at Dyess AFB in a FULLY OPERATIONAL status. 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. The Inventory of Installed Equipment found in Appendix A and the Floor Plans in Appendix C can be used for determining possible workload. 1.1. INITIAL STATUS REPORT. The contractor and the Government Quality Assurance (QA) shall review the current inspection, test, and maintenance status of all installed fire extinguishing systems and automatic fire alarm systems included in this contract. The contractor shall submit a planned work schedule to the QA for approval within five (5) calendar days after contract start date. The contractor shall submit a documented report to the QA on all installed fire extinguishing or automatic fire alarm system_s inspection, test or maintenance work, noting discrepancies, system impairments and recommendations, within 15 calendar days after inspection. 1.2. INSPECTIONS: The contractor shall inspect installed fire extinguishing and automatic fire alarm systems, IAW applicable AFM 91-37, NFPA Standards, Mil-HDBK-1117 and manufacturer_s instructions. The contractor within 30 days shall correct any discrepancies or impairments to an installed fire extinguishing or automatic fire alarm system discovered during a scheduled inspection. Refer to Appendix B for explanation of inspection requirements. 1.3. TESTING: The contractor shall perform functional operation tests on installed fire extinguishing and automatic fire alarm systems, IAW applicable NFPA Standards, Mil-HDBK-1117 and manufacturer_s instructions. If the system is connected to the installation fire department, the contractor shall notify the fire department that the system test is to be conducted and that an emergency response is not desired. All personnel at the end-user_s facility shall be notified that a test is to be conducted and instructed as to the sequence of operation. Installed fire extinguishing and automatic fire alarm systems located in areas that are inaccessible for safety considerations, such as continuous process operations, shall be tested during scheduled operation shutdowns at intervals approved by the QA. Refer to Appendix B for explanation of testing requirements and Appendix D for Testing Frequencies. 1.4. PREVENTIVE MAINTENANCE: The contractor shall perform recurring preventive maintenance on installed fire extinguishing and automatic fire alarm systems, IAW applicable NFPA Standards and manufacturer_s instructions. The contractor shall implement a planned preventive maintenance program, as approved by the QA, to help prevent and correct deficiencies with installed fire extinguishing and automatic fire alarm system components, thus minimizing breakdowns and service interruptions, extending component life, and maximizing operating efficiency. The contractor shall notify the QA, Dyess AFB fire department and facility occupants before proceeding with any preventive maintenance on installed fire extinguishing and automatic fire alarm systems. At the conclusion of preventive maintenance, those previously notified shall be further notified that the maintenance work is completed. Refer to Appendix B for explanation of preventative maintenance requirements. 1.5. SERVICE: The contractor shall perform corrective maintenance on installed fire extinguishing and automatic fire alarm systems, IAW applicable NFPA Standards and manufacturer_s instructions, to return a system or component to full operating condition. The contractor is responsible for all repairs but repairs exceeding $3000 have to be approved by the Contracting Officer. The contractor shall immediately notify the QA, Dyess AFB fire department, and facility occupants before proceeding with any corrective maintenance on installed fire extinguishing and automatic fire alarm systems. At the conclusion of the corrective maintenance, those previously notified shall be further notified that the maintenance work is completed. The contractor shall recharge and return to full service all installed fire-extinguishing systems after use or as indicated by an inspection, functional test, or maintenance work. The contractor shall notify the QA in writing that corrective maintenance has been completed and shall provide a list of work accomplished. Refer to Appendix C for explanation of corrective maintenance requirements. 1.6 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. All records, documents, and associated papers provided by the government or generated during the period of this contract will become government property and will be returned to the government upon contract termination or completion. 2. SERVICE DELIVERY SUMMARY. Para 1.1. & 1.2. Perform Initial Status Check and Inspections. Accurate report submitted on time. Inspections are performed and recorded in a timely manner. Every fire protection system is checked and inspected. Para 1.3. _ 1.5. Perform Operational Tests, Preventive Maintenance and Service of Fire Protection Systems Operational tests are performed and recorded. Recharging is performed when necessary. Discrepancies are noted. Repairs are made when necessary. Fire protection systems are operational at all times Para 1.7 Reports. Reports completed and provided to Government POC Reports of all inspections, testing, repairs, maintenance, services and cleaning are provided at the end of each month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1 UTILITIES: The contractor shall be allowed a reasonable amount of utilities necessary to perform services as described in this PWS (i.e., electricity, water, sewage). 3.2 TELEPHONE: The contractor shall be allowed the use of the telephone for only contacting the Contracting Officer, Civil Engineer, Fire Department, and Security Police. 3.3 REFUSE COLLECTION: Waste generated by the contractor in performance of the services specified within the PWS shall be deposited in government dumpsters, excluding hazardous materials in which proper disposal instructions shall be complied with. 3.4 INSECT AND RODENT CONTROL: If evidence of insect or rodent infestations is discovered, the contractor shall immediately notify the contracting officer and Civil Engineer service call desk at 696-4154. 3.5 SECURITY POLICE AND FORCE PROTECTION: Fire protection emergency phone number is 117. Security police phone number is 6-2131, Crime Stop 6-4100. 3.6 MEDICAL: No medical services (emergency or otherwise) are available on Dyess AFB; the contractor is responsible for this need. 4. GENERAL INFORMATION: 4.1. QUALITY CONTROL: Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with the NFPA Standards 11 through 17 and 72 and the manufacturer_s instructions. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 4.2. QUALITY ASSURANCE: The government will periodically evaluate the contractor_s performance in accordance with the Inspection of Services clause, FAR 52.246-4. 4.3. GOVERNMENT REMEDIES: The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor_s failure to correct nonconforming services. 4.4. HOURS OF OPERATION: Unless specified, operations shall be accomplished during normal duty hours (7:30 AM to 4:30 PM, Monday through Friday). The contractor shall notify the contracting officer immediately during normal duty hours or the following duty day if noted during non-duty hours, when any area is not accessible for work. 4.5. SECURITY REQUIREMENTS: 4.5.1. SECURITY REQUIREMENTS: The contractor and all employees shall be required to comply with all applicable security regulations. Contractor employees who work in a restricted area will be required to obtain a USAF Restricted Area Badge, AF Form 1199. Application for the badge will be processed no later than 3 days after notification of receipt of favorable National Agency checks. 4.5.2. NATIONAL AGENCY CHECK: The contractor shall obtain favorable National Agency Check investigations for its employees for entrance to restricted and controlled areas. Completed National Agency Check paperwork will be submitted to the contracting officer for further action. Subsequent employees hired to work in these facilities must have the paperwork for the National Agency Checks submitted within 10 days of employment. The contractor shall ensure that a sufficient number of employees have National Agency Checks at all times in case of employee injury, termination, etc. On contract start date if the National Agency Checks is not approved, the government will require that building managers provide escorts until favorable checks are returned. If on or after the contract start date, the contractor, project manager or any employee has been issued a favorable National Agency Check, that individual will be required to provide escort services, approximate time for processing a National Agency Check is 120 to 150 days. Failure to submit the paperwork as specified in the Performance Work Statement may result in reduction in payment. 4.5.3. The contractor shall apply for an AF Form 75, Pass and Identification, for every employee through the contracting officer, using Dyess Form 173, Contractor Vendor Access List, which is obtained from the contracting officer. (Ref.- AFI 31-209, Resource Protection) 4.5.4. The contractor's private vehicles and the employees' vehicles shall be registered on the installation with the Pass and Identification Section (SPAP), Bldg 7233, 417 3rd St. (Ref. AFI 31-209, Resource Protection) 4.6. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER: 4.7. SPECIAL QUALIFICATIONS: Technicians shall be certified by the National Institute for Certification in Engineering Technologies (NICET) level three for the systems outlined in Appendix C. The manufacturer shall certify personnel working on radio fire alarm system. 5. APPENDICES: A. Inventory of Installed Equipment B. Certification, Inspection, and Special Requirements C. Floor Plans D. Test Frequesncies Available upon request to Jonathan.Davis@Dyess.Af.Mil. Performance will be accomplished at Dyess AFB, TX after the award according to the time forsaid in the Statement of Work. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Only written offers will be accepted. Bidders must specify business size, cage code, duns number, and tax-ID number in their quote. Prospective contractors must be registered in Central Contractor Registration (CCR) to bid on this solicitation. The provision at FAR 52.212-2, Evaluation Commercial, applies to this acquisition and the evaluation criteria in paragraph (a) of the provision shall consist of, in descending order of importance: (i) technical capability of the products and services offered to meet the governments requirements and (ii) price. FOB point is Destination. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications, — Commercial Items, with its offer. The provision at DFARS 252.225-7003, Information for Duty-Free Entry Evaluation Applies to this acquisition. The provision/clause at DFARS 252.204-7004, Required Central Contractor Registration, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Conditions Required to implement Statues or Executive Orders Commercial Items, applies to this acquisition as well as the clauses at FAR 52.222-26, Equal Opportunity (E.O. 11246), 52.222-45, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition as well as the clauses at DFARS 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 150582), and 252.225-7036, North American Free Trade Agreement Implementation Act with its Alternate I. The clause at DFARS 252.232-7009, Payment by Electronic Funds Transfer (CCR) applies to this acquisition. Bids are due no later than 4:30 pm. Central Time, Monday, September 4, 2000. Lt. Davis will accept quotations by facsimile at 915-696-3676 or via E-Mail at Jonathan.Davis@dyess.af.mil. If there are any questions concerning this procurement, contact Lt. Davis at 915-696-2288. Any of the above FAR provisions/clauses will be provided in full text at the request of the contractor. Posted 08/24/00 (D-SN489948). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0187 20000828\Z-0023.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


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