SOLICITATION NOTICE
J -- SERVICES: 146 AW FIRE PUMP SUPPRESSION SYSTEM REPAIR & TEST
- Notice Date
- 5/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- 146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
- ZIP Code
- 93041-4011
- Solicitation Number
- W912LA-04-Q-9002
- Response Due
- 6/15/2004
- Archive Date
- 8/14/2004
- Point of Contact
- Joel W. Howard, 805-986-7970
- E-Mail Address
-
Email your questions to 146th LS/LGC
(joel.howard@cachan.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 W912LA-04-Q-9002, requisition number F207CI40480100 and is issued as a Request for Quotation (RFQ), utilizing Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. This solicitation document and inco rporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-23 and Defense Acquisition Circular (DAC) 91-13. For information purposes the Standard Industrial Classification Code is 5084. The North American Indu stry Classification System is 423830. Small business size standard is 500 employees. The estimated cost range is between $25,000.00 to $100,000.00. The Contractor quote shall include pricing for a complete solution as outlined by the attached statement o f work FOB Point: Destination, price must include shipping. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: Provision at FAR 52.212-1, Instruction to Offero rs Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: REFERENCE/SOLICITATION NUMBER; NAME, ADDRESS; TELEPHONE NUMBER, FAX NUMBER and E-MAIL ADDRESS OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY (if applicable); UNIT PRICE, EXTENDED PRICE PER CLIN ITEM(S) AND TOTAL PRICE; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable); FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price, warranty and Past Performance); FAR 52.212-3 Offeror Representations and Certifications Alternate I; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.219-6, Notice of Tot al Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52. 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.22-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42, Statem ent of Equivalent Rates for Federal Hires; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Price Contracts); DFARS 252-204-7004 Requ ired Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of payments Program Certificate; DFARS 252.225-7001 Buy American Act and Bala nce of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. All contractors must be Central Contractor Registration (CCR) registered to receive a DOD award or payment. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All quotes timely received will be considered. The contractor quote will be evaluated based on price, warranty and past perfor mance. To evaluate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluation factors other than cost or price, when comb ined, are significantly less important than cost or price. Quoters failing to submit completed FAR 52.212-3, Offeror Representations and certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://far site.hill.af.mil/. If you are unable to access the web site, call SMSgt Joel W. Howard at (805) 986-7970,Fax: (805) 986-7946 or e-mail: joel.howard@cachan.ang.af.mil. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date spec ified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specifie d for receipt of offers WILL NOT be considered. Quotes are due on or before 2:00 pm PDT 15 June 2004. A Site visit will be 2 June 2004, 10:00 am PDT for those interested. Coordinate site visit with SMSgt Joel Howard. Technical Point of Contact: Charles Ha ney e-mail: charles.haney@cachan.ang.af.mil. The point of contact for this solicitation is SMSgt Joel W. Howard, PH: (805) 986-7970; FX: (805)986-946; or e-mail: joel.howard@cachan.ang.af.mil. STATEMENT OF WORK 146 AW FIRE PUMP SUPPRESSION SYSTEM REPAIR & TEST WORK ORDER NUMBER 20040315 AT CHANNEL ISLANDS AIR NATIONAL GUARD STATION 1) DESCRIPTION OF REPAIR/SERVICES: BASE BID: Contractor shall complete an in frame overhaul of Pump Number Three??????s Caterpillar 3412 Diesel Engine that was damaged by excess overheating. The overhaul shall include: Engine Number Three (3) Items 1 - 8,to be completed are as follows: 1) Replacing the piston and linear kits, and main and rod bearings. 2) Re-building water pump. 3) Replacing the anti-freeze. 4) Replacing the injectors. 5) Repairing of the water leaks. 6) Start-up and test 7) Re-man Cylinder Head for 3412D Engine 8) Replace all filters, fluids. . Caterpiller 3412 Diesel Engines One & Two (Item 9): 9). Contractor to Service 3412 Diesel Engines One & Two. Change Oil, Air and Fuel Filters, Change Oil and Coolants. Provide Oil Analysis. Bid Option 1: Contractor shall complete a minor rebuild of Allis Chalmers Fire Pumps One, Two and Three. The Minor Rebuild of Fire Pumps shall include removing the top half of the pump casing, cleaning the interior of the pump casing, cleaning the interio r of the pump casing, re-packing the pump and replacing the lantern rings, replacing the gland bolts, nuts and washers, replacing the gaskets and completing a test run of the pumps after the rebuild is complete. Bid Option 2: Annual inspection and test three Metron diesel engine controllers and one duplex jockey pump controller. Bid Option 3: Complete flow test of three fire pumps after the service has been completed. Site Visit: Attendance is recommended. Bid Options 1,2 3: A Separate Bid Shall Be Submitted For Each Bid Option. The base bid will be awarded and/or any combination of the bid options may be awarded. 2) GENERAL REQUIREMENTS: Contractor shall furnish all material, labor, equipment, and transportation to Rebuild/ Replace/ Service Diesel Engines, Fire Pumps and Inspect Controllers in Bldg 1203 at Channel Islands ANGS, CA. Also, Contractor will be require d to test the Fire System after repairs are completed. Contractor shall be responsible for debris removal during and after completing each job. Any waste of excess material resulting from any contract requirement shall be removed and disposed of by contractor at a proper disposal site off Channel Islands Air N ational Guard Station. Disposal, discharge, deposit, dumping, spilling, leaking, or placing of any materials, wastes, effluents, trash, garbage, oil, grease, paint, chemicals, etc. If any waste material is dumped in unauthorized areas, the contractor shall remove the material; restore the area to the condition of the adjacent undisturbe d site at contractor??????s expense. The contractor shall comply with all Air Force, OSHA, and building codes requirements that are abiding by the Federal government, and State of California. 3) WORKING HOURS: The hours for this project shall be flexible between 7:00 AM to 4:30 PM. Monday through Friday, excluding federal holidays. NOTE: No work shall commence without prior coordination with the government inspector and the COR Work within e ach building shall not commence without prior coordination meeting of the building manger, the contractor, and government construction inspector. The contractor shall schedule and arrange work with each building facility manager at least ten working days before beginning work. The contractor shall make every effort to minimize the interference and effect on the government mission. 4) CONTRACTOR QUALITY CONTROL: The contractor shall attend a pre-performance meeting arranged by the government prior to beginning work on this contract. The QC inspector shall attend meetings with the Contracting Officer or delegated representative to res olve quality concerns and problems that may arise during course of this contract. 5) MATERIAL SAFETY DATA SHEETS, AND LABELS: The contractor shall maintain a copy of the Environmental Protection Agency or State Registered Labels, plus Material Data Sheets for all paints, primers, solvents, inhibitors, or solutions used in connection wit h this contract; Material Data Sheets are also required for all hazardous materials defined in federal Standard 313c. Identical back-up copies of these documents shall be given to the Base Safety Officer and the Contracting Officer prior to the start of a ny work. 6) GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, MATERIAL AND SERVICES: The government will furnish water and electricity at existing outlets for work to be performed under the contract at no cost to the contractor. The contractor shall provide and maintain, at his expense, the necessary service lines from existing Government s outlets to the site of work. 7) SAFETY AND HEALTH STANDARDS. The contractor shall comply with all 146 AW, City, County, and State and Federal Safety regulations as required. Contractor will perform in a manner that complies with the provisions of the Occupational Safety and Health St andards Act concerning entry requirements in confined spaces and handling potential hazardous substances. 8) SECURITY REQUIREMENTS. The contractor shall be responsible for the security of his supplies, equipment, and vehicles. All contractor personnel and vehicles shall be subject to search and seizure upon entering, while on, and leaving the installation of Channel Islands Air National Guard Station. Access requirements will be briefed at the pre-performance meeting. 9) SPECIAL QUALIFICATIONS. The Contractor will comply with all appropriate federal and state regulatory guidance and local certification requirements while performing the required maintenance and repairs of the equipment described in the statement of work.
- Place of Performance
- Address: 146th LS/LGC 119 Mulcahey Drive, Port Hueneme CA
- Zip Code: 93041-4011
- Country: US
- Zip Code: 93041-4011
- Record
- SN00590430-W 20040523/040521212207 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |