Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
MODIFICATION

J -- PREVENTIVE/REMEDIAL MAINTENANCE SERVICE FOR THE FIRE ALARM SYSTEM LOCATED THROUGHOUT TOBYHANNA ARMY DEPOT, TOBYHANNA PA, FOR A PERIOD OF ONE YEAR.

Notice Date
6/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-12-R-0026
 
Response Due
6/27/2012
 
Archive Date
8/26/2012
 
Point of Contact
JANE ALLARDYCE, (570)615-7645
 
E-Mail Address
ACC-APG - Tobyhanna
(jane.c.allardyce.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Amendment 0001 to RFP W25G1V-12-R-0026 is to make the following changes to the combined synopsis/solicitation Attachment 1, Performance Work Statement, answer offeror questions received and extend the offer due date: 1. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1, Paragraph 1.1 and all subparagraphs, Delete in their entirety. ADD: revised Paragraph 1.1, List of Fire Alarm Systems at Tobyhanna Army Depot, and all subparagraphs, included as Attachment 1 to this Amendment 0001. Offeror questions received with the government's response: Q1 (a) Can you list which control panels are the main FACP and which are sub-panels. (b) How many buildings are included in this? Exactly what are the panel types at each location? (c) How many smoke, pull stations, water flow connections and tamper switches are in each Building? (d) The contract requires randomly testing 15-20% of smoke and heat detectors in the Building, 10% of pull stations, 100% of the batteries in the main and extender panels, etc. during annual maintenance. Can you please provide a complete list of all panels, extenders, and quantity counts for all building fire alarm related devices outlined in each facility outlined on the documents so that we can determine the required amount of fire alarm devices that require inspection? (e) During our walk through it was stated that there were several Fike and Kidde suppression systems located throughout the Depot that were outlined on the list provided but should not be tested/inspected as part of the contract. However, it was also stated that several Fike and Kidde control panels were included on the list that are being used as building alarm panels and require inspection/testing as part of this contract. Can you please confirm and differentiate for us which of the Fike and Kidde control panels outlined on the document are being used as suppression related detection systems that need to be left off or our test/inspect schedule and which of those systems are being utilized as building related detection systems that should be included in our test/inspect schedule? (f) When traveling from building to building during our walk thru it was noticed by several prospective bidders that there were building numbers on property that were not outlined in the bid documents. Do all the buildings on property have building related fire alarm systems installed within them? If so, are all the buildings on Depot property outlined on the list you've provided in the document? (g) Are there other building fire alarm systems that are not on the SOW? A1. Please refer to the revised Paragraph 1.1, List of Fire Alarm Systems at Tobyhanna Army Depot, and all subparagraphs, provided as Attachment 1 to this Amendment 0001 as per this amendment Paragraph 1 above. 2. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1, Paragraph 2.1.5 d), ADD: "At least one battery is located in the main panel and they can vary from 7AH up to 30AH". Offeror question received with the government's response: Q2. How many batteries are in each building and if any of them are over 7AH? A2. There is usually at least one battery located in the main panel. They vary from 7AH up to 30AH. Currently a listing is not available. See Attachment 1, Paragraph 2.1.5 d) as per this amendment Paragraph 2 above. 3. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1, Paragraph 2.1.5 e), ADD: "A total of forty (40) cameras are located in Building 4, Bays 2, 3, 4, 5 and 6. Since warehouse heights are at 25 feet or above, a lift will be required to service/clean/test cameras and indicating devices." Offeror questions received with the government's response: Q3 (a) If there are cameras as part of a fire alarm system, how many are there and where are they? (b) Cameras 2.1.5-E section how many cameras are there and in which buildings are they located? Also will a lift be required to service them when cleaning is required? (c) In the specification under 2.1.5 e - all cameras that are used will be cleaned with manufactured approved material once every year. Are these cameras under this contract to be tested and cleaned? If so, how many cameras and what buildings have cameras? (d) Are there any areas where a lift may be required to test any indicating devices? A2. There are a total of forty (40) cameras which are all located in Building 4, Bays 2, 3, 4, 5 and 6. Multiple warehouse heights are at 25 feet or higher, therefore a lift may be required to service the cameras and indicating devices. See Attachment 1, Paragraph 2.1.5 e) as per this amendment Paragraph 3 above. 4. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1, Paragraph 2.1.5 b), ADD: "The government will provide a composite drawing of the building and the contractor will mark the drawings as to which units were tested." Offeror questions received with the government's response: Q4. The contract requires a report showing a drawing with the locations of all units that were tested with the results during the annual maintenance. Does the Depot have drawings that can be turned over to us which outline all fire alarm devices located in each and every facility outlined in the contract document? If not, can a sample copy of an existing inspection report that outlines a similar drawing be provided to us prior to submission of this proposal? A4. A composite drawing of the building will be provided by the government. The contractor will mark the drawings as to which units were tested. There has not been preventive maintenance performed on the fire alarm system in the past, therefore a sample report is not available. See Attachment 1, Paragraph 2.1.5 b), as per this amendment Paragraph 4 above. 5. Reference combined Synopsis/Solicitation W25G1V-12-R-0026, Attachment 1, Paragraph 7.1, after "The contractor" ADD: "or subcontractor". Offeror question received with the government's response: Q5. Will subcontractors be acceptable to comply with section 7.1 of the performance work statement? A5. Subcontractors will be acceptable to comply as long as they are certified. See Attachment 1, Paragraph 7.1, as per this amendment Paragraph 5 above. 6. The following offeror questions received are provided with the government's response: Q6. Are testing and repairs limited only to building fire alarm systems list in the SOW? A6. Yes, testing and repairs are limited to the building systems listed in the Performance Work Statement. Q7. Can and/or does the government intend to add additional buildings to the existing list of building requiring service and testing? A7. Refer to Attachment 1 to this Amendment 0001 for the revised Paragraph 1.1, List of Fire Alarm Systems at Tobyhanna Army Depot. Proposals will be based on the building list provided in the Performance Work Statement. Q8. Can a copy of the existing site specific APP and AHA be provided to us for our review? A8. There has not been a previous contract for the preventive maintenance on the fire alarm system; therefore a copy of an existing site specific APP and AHA does not exist. Refer to Appendix A of EM 385-1-1 for the format to be used. EM 385-1-1 can be accessed on the US Corps of Engineer website at http://www.usace.army.mil/SafetyandOccupationalHealth/. Q9 (a) During our walk thru it was stated that the contract includes the testing of the building alarm related devices only and the ancillary devices such as water flow switches, tamper switches, kitchen hood equipment, interface points, etc. are not included in our testing. Please confirm that our inspections shall include the testing of the interface monitoring modules associated with the building fire alarm systems themselves and that the ancillary devices/wiring (i.e. flows, tampers, pressure switches, kitchen hood switches, interface wiring, etc) associated with these modules are not to be included in our inspection? (b) It doesn't appear that there are any provisions for testing/inspecting any of the audible/visual devices associated with any of the building fire alarm systems or related mass notification systems. Is the testing of these units required to be included or excluded from this contract? A9. Preventive maintenance includes the testing of devices that are listed in the Performance Work Statement and the contractor will only be responsible for testing of these devices. Refer to revised Performance Work Statement provided as Attachment 1 to this Amendment 0001. Q10. Can we get a printout sampling of breakdown issues that the Vision 21 system reported for a specified period of time to see a "sampling" say for two months or so? A10. A printout of breakdown issues is currently not available. Q11. In the past 6 months have you had a company on site every day to maintain system? How much were your expenditures for maintenance for the last 6 months? A11. There has not been a company maintaining the system in the past. Only as-needed repairs have been made. Q12. What hours do you expect to be included in the contract bid? 8am to 4pm Mon-Fri? And are after hours/weekends billable? A12. Per Performance Work Statement Paragraph 2.1.3 the contractor is required to report to Building 17 each weekday morning at 8 A.M. to look at the Vision 21 systems and make repairs as needed to remove the alarms, supervisory and troubles. Per Performance Work Statement Paragraph 2.1.1 a) the contractor shall submit a schedule of all scheduled maintenance within five (5) days after receipt of award. It is anticipated the scheduled maintenance and remedial repair will be performed during normal duty hours of 8 AM - 4 PM Monday through Friday. Response to emergency calls may occur after normal hours or weekends and will follow the procedures noted in subparagraph 2.1.6.5 of the Performance Work Statement. Q13. Attachment #4 Register of wages determination - how does this pertain to the RFP? Are these minimums that must be paid? Do we have to pay our tech for Electronic Technician Rate listed with vacation time & holidays as listed in this section? Again, how does this attachment pertain to us? A13. This requirement comes under the Service Contract Act. Reference combined synopsis/solicitation W25G1V-12-R-0026, Clause 52.222-41, Service Contract Act of 1965 which states "each service employee employed in the performance of this contract by the contractor or any subcontractor shall be paid not less than the minimum monetary wages and shall be furnished fringe benefits in accordance with the wages and fringe benefits determined by the Secretary of Labor or authorized representative and specified in any wage determination attached to the solicitation." Attachment #4, WD 05-2453, is the applicable wage determination for Monroe County, PA and these are the minimums that must be paid for the applicable labor category used. Q14. From past performance - Do you expect the contractor will be on-site on a full time basis? A14. A previous fire alarm maintenance contract does not exist. The government will not speculate. Q15 (a) Can you supply an inventory of devices per FACP per bldg? (b) Will you be sending out field device counts to better help us come up with our competitive bid? A15. Refer to the attached point listing provided as Attachment 2 to this Amendment 0001. This is all of the available data. 7. Attachment 3 to this Amendment 0001 is a Depot map for contractors information showing layout and location of buildings listed in the Performance Work Statement. 8. The Proposal due date has been extended: DELETE: 25 JUNE 2012 @ 3:00 P.M. ADD: 27 JUNE 2012 @ 3:00 P.M. 9. All other terms, conditions, and requirements of the solicitation remain the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/891162ff234eb67ed6e5069ea0100a33)
 
Place of Performance
Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02777535-W 20120617/120615235235-891162ff234eb67ed6e5069ea0100a33 (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.