Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

84 -- Flame Resistant Clothing Rental Program

Notice Date
8/18/2011
 
Notice Type
Presolicitation
 
Contracting Office
BIA - San Carlos Irrigation Project San Carlos Irrigation Project13805 North Arizona Boulevard Coolidge AZ 85128
 
ZIP Code
85128
 
Solicitation Number
A11PS01053
 
Response Due
9/12/2011
 
Archive Date
8/17/2012
 
Point of Contact
Gary A. Haynes Contract Specialist 5207236218 gary.haynes@bia.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
N/A
 
Description
ADVANCE NOTICE GENERAL CONTRACT INFORMATION: This is a pre-solicitation notice to be issued as a request for proposal of a government requirement for the Department of the Interior (DOI), Bureau of Indian Affairs (BIA), San Carlos Irrigation Project (SCIP), Coolidge, AZ. NAICS Code will be 812332 and the size standard is $35,500,000. This acquisition is being procured on an unrestricted basis. The acquisition is subject to the Service Contract Act (SCA). The procurement will be conducted utilizing the best value continuum of Lowest Price Technically Acceptable (LPTA) selection process. The evaluation factors and any significant sub-factors that establish the requirements of acceptability will be stated in the solicitation. The award will be made on the basis of the lowest evaluated price of the proposal meeting or exceeding the acceptability standards for the non-cost factors. The contract will be awarded for a one (1) year base period with an option to extend the contract for an additional four (4) years (at the discretion of the government). The contract term shall not exceed a total of five (5) years. OPTIONS: The government will evaluate price proposals for award purposes (inclusive of options) by adding the total price for all options to the total price for the basic requirement to determine the overall evaluated price. The range of magnitude for this project is between $200,000 to $500,000. Any resulting contract will be firm-fixed price. The government intends to award a contract without discussions with the potential contractors. Funds are available for the proposed action, however, if the project is cancelled, all proposal preparation costs will be borne by the contractor. Responders are advised that the requirement(s) may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOI and BIA changes. Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for a government contract - the link can be found at http://www.ccr.gov/ and we advise potential contractors to begin the registration process when they prepare their quote to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event a contractor is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror registered in the CCR database. Refer to FAR 52.212-1, Instructions to Offerors - Commercial Items, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." Refer to FAR 52.212-3, Offeror Representations and Certifications - Commercial Items as contractors that plan on submitting a proposal for this requirement are strongly encouraged to complete the representations and certifications as early as possible at the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov/ as registration is REQUIRED by the closing date/time proposals are due. Failure to register in ORCA will result in rejection of the proposal. The anticipated posting date of the solicitation to the Federal Business Opportunities (FBO) and National Business Center (NBC) Websites (solicitation number A11PS01053) will be on or about August 29, 2011 (subject to change) and proposals will be due on or about September 12, 2011 (subject to change). The solicitation (and subsequent amendments if applicable) and all related documents can be downloaded electronically (once posted) from the DOI NBC Website at http://ideasec.nbc.gov/. NO HARD COPY DOCUMENTS WILL BE ISSUED. Proposals must be delivered (if submitting by courier, USPS, UPS, DHL or FedEx) to San Carlos Irrigation Project, 13805 North Arizona Boulevard, Coolidge, AZ 85128, Attention: Gary A. Haynes, Contract Specialist. Email, facsimile and oral proposals will NOT be accepted. Reference the solicitation number (A11PS01053) on your documentation. GENERAL DESCRIPTION OF WORK:The San Carlos Irrigation Project - Power Division (SCIP) is seeking a qualified Contractor to supply a comprehensive Flame Resistant (FR) clothing rental program. The FR clothing for this requirement consist of long-sleeved work shirts and full-length work pants suitable for employees working in close proximity to energized high voltage equipment or transmission lines. The FR clothing must be manufactured to exceed the following requirements that apply to thermal protective clothing worn by electrical workers as required by the American Society of Testing and Materials (ASTM), latest versions: ASTM Standard F 1506 "Standard Performance Specification for Textile Materials for Wearing Apparel for Use by Electrical Workers Exposed to Momentary Electric Arc and Related Thermal Hazards"; and ASTM Standard F 1959 "Standard Test Method for Determining the Arc Thermal Performance Value of Materials for Clothing". SCIP utilizes the National Fire Protection Association (NFPA) 70E for electrical worker thermal protection which defines the user thermal protection requirements on the basis of Arc Thermal Performance Value (ATPV). The FR clothing supplied by the Contractor must exceed at a minimum, an ATPV rating of 8 calories/centimeter-squared. In addition, to supplying FR clothing the Contractor must furnish a secure locker system located in SCIP's main office to collect soiled garments and deliver cleaned, inspected, repaired or replaced garments to each section location. The Contractor shall schedule a weekly delivery and pickup service of the FR clothing which must be scheduled at dates and times approved by SCIP. The FR clothing must be cleaned, inspected and repaired in accordance with the following standards, latest versions: ASTM Standard F 1449 "Standard Guide for Industrial Laundering of Flame, Thermal, and Arc Resistant Clothing"; and NFPA 2113 "Standard on Selection, Care, Use and Maintenance of Flame Resistant Garments for Protection of Industrial Personnel against Flash Fire". Contractor must be recognized by the Occupational Safety and Health Administration's cooperative program for safety and health, and provide documentation of participation status in the Voluntary Protection Programs (VPP). Furthermore, to be considered for award, the qualified Contractor's service plant/facility must be located within a 100 mile radius of the San Carlos Irrigation Project's main office in Coolidge, AZ. Delivery of service to SCIP is at all times subject to review by SCIP and subject to correction by the Contractor at no additional cost. The General Description of Work is stated as a synopsis of the total requirement. Contractors should refer to the full scope of work (Section C) to be issued with the solicitation PLACE OF PERFORMANCE: The site location is at the San Carlos Irrigation Project, 13805 North Arizona Boulevard, Coolidge, AZ 85128. Point of Contact: Gary A. Haynes, Contract Specialist, Phone 520-723-6218, FAX 520-723-9044, email is gary.haynes@bia.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01053/listing.html)
 
Place of Performance
Address: Coolidge, AZ
Zip Code: 85128
 
Record
SN02539779-W 20110820/110818235426-40585c9879487b980791bd930f54dec3 (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.