SOLICITATION NOTICE
H -- Contractor to provide annual alarm inspection, testing and maintenance required by NFPA standards for Mount Rainier National Park. Base year and 4 option years.
- Notice Date
- 4/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - MORA Mount Rainier NP 55210 238th Avenue East Ashford WA 98304
- ZIP Code
- 98304
- Solicitation Number
- N9458100022
- Response Due
- 5/18/2010
- Archive Date
- 4/22/2011
- Point of Contact
- JoAnn J. Palmer Contracting Officer 36056922113336 joann_palmer@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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 No. N9458100022 is issued as a Request for Proposal (RFP) and will be awarded as a firm-fixed price contract (base year and 4 option years each of 12 months) for Commercial Items, using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This procurement is 100-percent set-aside for small business concerns. The North American Industry Classification System (NAICS) is 561621; with a small business size standard of $ 12.5 million. Description A. The work of this contract consists of the annual inspection, testing, and preventative maintenance services of fire and security alarm systems, and annual inspection, testing and preventative maintenance services of sprinkler systems. B. All work will be performed under a single contract for one year with 4 additional option years. Location of Systems are located in buildings throughout Mount Rainier National Park, specifically at Tahoma Woods (zip code 98304), Nisqually Entrance (West side of park at end of HWY 706), Longmire (zip code 98397), Paradise (zip code 98398), Ohanapecosh (Southeast side of park off of HWY 123), White River (Northeast side of park off of HWY 410), and beginning 2011 Sunrise. Note: Some park roads are closed by snow until late spring/early summer.MANDATORY PRE-BID SITE VISIT IS SCHEDULED FOR MAY 12, 2010 MEETING AT 55210 238TH AVENUE EAST, ASHFORD, WA. THE TAHOMA WOODS ADMIN BUILDING AT 10 AM. Call 360-569-2211 ext 3304 if you plan to attend. Statement of Work : Alarm System Maintenance and Repair1. Perform routine and cyclic maintenance (including cleaning) of alarm system components as recommended by the equipment manufacturer.2. Inspect overall condition of alarm system components.3. Replace all sensor batteries annually and back-up batteries as required.4. Defective or unserviceable alarm components shall be replaced in kind using original equipment manufacturer's (OEM) products. Annual Fire and Security Alarm System Testing1. Complete all repairs and maintenance prior to annual alarm testing.2. Perform annual alarm testing in accordance with NFPA by a certified inspector.3. Perform testing in the presence of the COTR.4. Perform functional test on all detection and notification devices.5. Ensure that each device is properly reporting to the control panel and the monitoring company is receiving an alarm for the corresponding device address.6. Check battery and charge circuit voltage for proper operation as designed.7. Verify the fire alarm system operates on back-up power.8. Verify all fire alarm enunciators operate correctly as designed.9. Verify that all signal alarms operate.10. Verify the audibility of the system has not been impaired (partition walls, etc.). We follow NFPA recommended confidence test methods and frequencies as a minimum guideline for system testing.11. Perform any repairs, adjustments or changes necessary to correct any deficiencies discovered during system testing. Retest system once corrections have been made.12. Provide a written report of annual fire and security alarm inspection and testing. Include as a minimum:"Date of inspection."Name and address of Inspection Company"Name of inspector, certification number, and signature."Description and location of system inspected."List of each device tested showing type, address, and location of device; type and result of functional test, deficiencies and corrections made. Sprinkler System Maintenance and Repair1. Perform routine and cyclic maintenance (including cleaning) of sprinkler system components as recommended by the equipment manufacturer and NFPA standards.2. Inspect overall condition of sprinkler system components.3. Flush systems as required.4. Repair or replace any damaged or nonfunctioning components. Annual Sprinkler Systems Testing1. Perform annual sprinkler testing in accordance with NFPA by a certified inspector.2. Test all automatic sprinkler water flow switches and supervisory switches for proper operation as designed.3. Verify proper indication of both high and low air pressure alarms at the fire alarm panel.4. Verify proper operation of all flow tamper alarm switches.5. Verify the fire alarm/life safety system registers a water flow alarm within sixty (60) second at the fire alarm panel after actual water flow occurs.6. Coordinate fire alarm and sprinkler testing to ensure proper operation of the interdependent systems and minimize the impact to the occupants. Additional Facilities Inspection, Testing and Service 1. During the base and/or option years of this contract, the National Park Service (NPS) may have a need to install additional systems to these or other NPS buildings. Any systems added to the contract shall be negotiated and priced as a modification at the time of occurrence and acceptance. Service Calls: The alarm systems may require servicing throughout the year. Service will be ordered by the following employees: Contacting Officer's Representative, Contracting Officer, Mount Rainier Dispatch Office.These are the only employees authorized to make calls against this contract. The Contractor may be responsible for any charges resulting from work performed when called by employees not listed above. RESPONSE TIME: The Contractor shall respond to service calls within 24 hours of notification or by 4:30 p.m. the next business day, whichever is sooner. RATES FOR SERVICE CALLS:1. Hourly rates - Hourly rates are one-man hour and begin when contractor arrives on-site and ends when contractor departs with a Minimum of one hour. Contractor will invoice for actual hours on the site working.2. Parts to be invoiced on Contractor costs plus a percentage fee. Contractor will invoice National Park Service on cost of parts used plus percent showing breakdown of parts plus percent.3. If repairs are required through the term of this contract, each part costing in excess of $200 will be re-approved by the Contracting Officer prior to installation. Base Year Period of performance (06/01/2010 to 05/31/2011) 0001 Contractor to provide all annual inspections and maintenance/service calls for Mount Rainier National Park's alarm system in accordance with NFPA standards and scope of work.PRICE OUT EACH LINE 1. Annual Alarm System, Fire & Security system, & Sprinkler systems Inspection & testing 1 Job $______ 2. Labor Rate for repairs found during inspection 1 Hour $_______ 3. Service Call Out Rate 1 Hour $__________ OPTION YEAR 1 Period of performance (06/01/2011 to 05/31/2012) Contractor to provide annual Alarm inspection, testing and maintenance required by NFPA standards. PRICE OUT EACH LINE 1. Annual Alarm System, Fire & Security system, and Sprinkler systems Inspection & testing 1 Job $________ 2. Labor Rate for repairs found during inspection 1 Hour $__________ 3. Service Call Out Rate 1 Hour $__________ OPTION YEAR 2 Period of performance (06/01/2012 to 05/31/2013) Contractor to provide annual Alarm inspection, testing and maintenance required by NFPA standards. PRICE OUT EACH LINE 1. Annual Alarm System, Fire & Security system, and Sprinkler systems Inspection & testing 1 Job $________ 2. Labor Rate for repairs found during inspection 1 Hour $__________ 3. Service Call Out Rate 1 Hour $__________ OPTION YEAR 3 Period of performance (06/01/2013 to 05/31/2014)Contractor to provide annual Alarm inspection, testing and maintenance required by NFPA standards. PRICE OUT EACH LINE 1. Annual Alarm System, Fire & Security system, and Sprinkler systems Inspection & testing 1 Job $________ 2. Labor Rate for repairs found during inspection 1 Hour $__________ 3. Service Call Out Rate 1 Hour $__________ OPTION YEAR 4 Period of performance (06/01/2014 to 05/31/2015)Contractor to provide annual Alarm inspection, testing and maintenance required by NFPA standards. PRICE OUT EACH LINE 1. Annual Alarm System, Fire & Security system, and Sprinkler systems Inspection & testing 1 Job $________ 2. Labor Rate for repairs found during inspection 1 Hour $__________ 3. Service Call Out Rate 1 Hour $__________ The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, FAR 52.219-09 Notice to Total Small Business Set-aside; FAR 52.219-09, Small Business Subcontracting Plan Alternate II; FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-03, Buy American Act - Free Trade Agreements - Israeli Trade Act, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); Executive Order 13513: Prohibition on Text messaging and using electronic equipment supplied by the Government while driving; FAR 52-217-02 Cancellation under Multiyear Contracts; FAR 52.217-08 Option to extend services; FAR 52-217-09 Option to extend the term of the contract; FAR 52.217-05 Evaluation of options. For full text of FAR Clauses, the web site address is Disclaimers: https://www.acquisition.gov/FAR. WAGE RATE DETERMINATION NO> 2005-2567 Revision No. 12, date of revision: 07/01/2009. The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. Vendors wishing to respond to this RFP should provide this office with the following: A price proposal on company letterhead for the requested items showing unit price, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. It is mandatory that all respondents be registered in the Central Contractor Registration database (www.ccr.gov) prior to award. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 12 NOON, PDT May 18, 2010 and can be sent to NATIONAL PARK SERVICE, ATTN: JoAnn Palmer, Purchasing Agent, 55210 238th Avenue East, Ashford, WA 98304-9751. Quotes may be faxed to (360) 569-2180 CALL TO CONFIRMATION OF RECEIPT OF FAX (360) 569-2211 ext 3336 or emailed to joann_palmer@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N9458100022/listing.html)
- Place of Performance
- Address: Mount Rainier National Park55210 238th Avenue EastAshford, WA
- Zip Code: 983049751
- Zip Code: 983049751
- Record
- SN02129588-W 20100424/100422234941-30d81900f28503cfd4ec8e8d834cecf6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |