Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOLICITATION NOTICE

H -- Inspection, Testing, and Monitoring of Government-Owned Fire Protection System, Fire Alarm Systems, Sprinkler Systems, Portable Fire Extinguishers, and Communicators, for the Bureau of Reclamation, Lower Colorado Regional Offices

Notice Date
7/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30323
 
Response Due
8/13/2010
 
Archive Date
7/26/2011
 
Point of Contact
Kelli Adams Contract Specialist 7022938363 kadams@usbr.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
The Bureau of Reclamation has a requirement for Inspection, Testing, and Monitoring of Government-Owned Fire Protection System, Fire Alarm Systems, Sprinkler Systems, Portable Fire Extinguishers, and Communicators, for the Bureau of Reclamation, Lower Colorado Regional Offices. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-44. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 561621 Security Systems Services (except Locksmiths). The small business size standard for NAICS Code 561621 is $12.5 million. Line item 0001 - Annual Inspection and Testing of Regional Office Complex Fire Alarm Systems in accordance with the Statement of Work (SOW) requirements. A more detailed Schedule and SOW is attached to the RFQ.Line item 0002 - Quarterly Inspection and Testing of Sprinkler Systems in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0003 - Annual Inspection of Clean Agent Fire Extinguishing System in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0004 - Provide Fire Alarm Monitoring Service (includes license and leasing radio communicators) in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0005 - Annual Testing/Servicing of Portable Fire Extinguishers in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0006 - Provide Annual Hands-on Portable Fire Extinguisher Training in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0007 - Service Call Out Rate - Regular Time. A more detailed SOW is attached to the RFQ.Line item 0008 - Service Call Out Rate - Overtime. A more detailed SOW is attached to the RFQ. Line item 0009 - Miscellaneous Replacement Parts. Reclamation will specify a not to exceed (NTE) amount for miscellaneous parts at time of contract award. A more detailed SOW is attached to the RFQ. The service period of performance is 09/01/2010 through 08/31/2011, with three option year opportunities to extend through 08/31/2014 Determination of award will be based on the lowest priced technically acceptable, responsive quote from a responsible offeror. The following criteria will be evaluated to determine offeror acceptability: (i) Experience, (ii) Certifications, (iii) Training Outline; and (iv) Price. The following clauses and provisions are applicable to this commerical item acquisition: FAR provision 52.212-1, Instructions to Offerors - Commercial Items FAR provision 52.212-2, Evaluations FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors shall include in their offer a completed copy of the provision 52.212-03 or indicate completion of the applicable Online Representation and Certifications Application (ORCA). Offerors may complete the annual representation and certification online at www.orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR clause 52.212-5 Alternate II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specific FAR clauses included in clause 52.212-5 that are applicable to this requirement ARRA project included: 52.203-15, Whistlerblower Protections Under the American Recovery and Reinvestment Act or 2009 and 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements. Additional contract requirements include the following clauses and provisions:52.217-8, Option to Extend Services52.217-9, Option to Extend the Term of the Contract52.237-01, Site Visit1452.215-71, Use and Disclosure of Proposal Information1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access RequirementsDIG 2010-04 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While Driving A site visit will be held on Wednesday, August 4, 2010, in Boulder City, NV beginning at 9 am. It is strongly encouraged that any prospective offerors should attend the site visit. Prospective offerors should make arrangements for attendance by contacting Kelli Adams at (702) 293-8363. All questions shall be submitted via email to kadams@usbr.gov by 4:00pm on August 6, 2010. Responsible offerors are requested to submit a quote for this requirement. Offers may be submitted electronically through FedBizOpps or via email to kadams@usbr.gov. To facilitate electronic quote submissions through FedBizOpps, a request for quote (No. R10PS30323) is being issued subsquent to this combined solicitation/synopsis. Offers are due August 13, 2010 by 4:00pm local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1798e84bae1a4ab8ae94393b26c47cc0)
 
Place of Performance
Address: Boulder City, NV
Zip Code: 89005
 
Record
SN02217181-W 20100728/100726234600-1798e84bae1a4ab8ae94393b26c47cc0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.