Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
MODIFICATION

H -- Amendment to GAAR Fire Sprinklers and Security Inspection

Notice Date
7/16/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
P12PS13238
 
Response Due
7/31/2012
 
Archive Date
7/16/2013
 
Point of Contact
Jordan W. Gunn Contract Specialist 9076443306 jordan_gunn@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 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 NUMBER: P12PS13189 This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-55, effective February 2, 2012. SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5)NAICS Code: 541350 Small Business Size Standard: $7.0M SCOPE OF WORK Annual Fire Alarm and Sprinkler Systems 2012 Inspection and Certification at the Gates of the Arctic National Park and Preserve Central Alaska 1. GENERAL: A. RESPONSIBILITY: Fire Detection Systems The Contractor shall furnish all labor, transportation, and testing equipment to properly inspect and test the fire alarm system Visitor Center, located in Bettles Alaska and all associated The associated alarm system includes Smoke Detector, and Heat Sensor. The Contractor shall provide the Government all requested reports, and supporting material developed during the period of service. During the prosecution of the work the contractor is responsible for the accuracy, quality, completeness and progress of the work. The contractor shall report any differing field conditions which would affect the scope of the work or the accuracy, quality, completeness and progress of the work to the government escort immediately upon discovery in the field. All work will be accomplished in accordance with NFPA-25, and NFPA 72 guidelines. B.RESPONSIBILITY: Fire Suppression Systems The Contractor shall furnish all labor, transportation, and test equipment to properly inspect, test and certify fire suppression systems and all associated equipment within Gates of the Arctic National Park and Preserve to include: 10 park buildings, of which 8 are housing units located in Bettles (6) and Marion Creek (2), 1 is a shared housing and office structure ( located in Anaktuvuk Pass) and 1 is a Visitor Center ( located in Bettles). All sprinkler systems are dry, and many are in a state of disassembly and/or disrepair.. The Contractor shall provide the government all requested reports, and supporting material developed during the period of service. During the prosecution of the work the contractor is responsible for the accuracy, quality, completeness and progress of the work. The contractor shall report any differing field conditions which would affect the scope of the work or the accuracy, quality, completeness and progress of the work to the government escort immediately upon discovery in the field. All work will be accomplished in accordance with NFPA-25 guidelines. The work will include the flow rate test of each Fire Suppression System. 2. REQUIREMENT DETAILS: A. The Contractor shall provide a complete and thorough inspection of the Fire Detection/Suppression Systems within Gates of the Arctic National Park and Preserve. B.The service required will take place at Gates of the Arctic National Park and Preserve facilities located in Anaktuvuk Pass, Bettles and Marion Creek+, Alaska. C.Combined of total systems, a total of 10 buildings, 1 alarm valve, 1 flow indicator, and 1air/water pump and 11 detection systems, shall be inspected and an operational checkout will be accomplished after inspection is complete. D.The contractor shall make repairs to systems which shall be approved by the NPS. The vendor shall provide a price for estimated repairs under optional CLIN 0002, with actual costs being paid for repairs. E.Upon completion of service, the contractor shall submit a Final Report to the park service representative of all work accomplished, including all repairs required. 3.GOVERNMENT FURNISHED MATERIALS: No government materials will be furnished as part of this contract. 4.CONTRACTOR FURNISHED MATERIAL: The contractor shall provide all other equipment needed to complete the tasks listed above. 5.POINTS OF CONTACT: Contracting Officer Representative (COR) will be provided at time of award. 7. SUBMIT INVOICE(S) TO: Submit the original invoice to the Contracting Office and a copy to the COR. 8. PERIOD OF PERFORMANCE: Date of Contract Award through 30 November 2012. 9. CONTRACTING OFFICER AUTHORITY: The Contracting Officer is the only person with the authority to act as agent of the Government under this contract. CONTRACT LINE ITEMS: Line Item 001: Fire and Security Inspection - 1 Lump Sum: $___________ Optional Line Item 002 - Repair of Systems - 1 Not to Exceed $___________ PERIOD OF PERFORMANCE: DOA through November 30, 2012 PLACE OF DELIVERY/ACCEPTANCE: Gates of the Arctic National Park, Fairbanks, AK 99709 (See above SOW for further site information) CLAUSES AND PROVISIONS:The following Federal Acquisition Regulation clauses and provisions apply to this acquisition: 52.212-01, Instructions to Offerors-Commercial 52.212-02, Evaluation-Commercial ItemsThe specific evaluation criteria shall be as follows: EVALUATION FACTORS FOR AWARD 1. BASIS OF AWARD The Government will make award to the offeror submitting the lowest price technically acceptable proposal. The Government will first review unpriced technical proposals to determine acceptability to the Government. The objective of the Government is to award a contract to an offeror who submits a proposal that when evaluated is determined to meet the acceptability levels established in the solicitation for each non-price evaluation factor or sub-factor. Each non-price evaluation technical factor will receive a rating of "Acceptable" or "Non-Acceptable." A rating of non-acceptable for any evaluation factor will result in an overall rating of "Non-Acceptable." Award will be made to the technically acceptable proposal with the lowest evaluated price. 2. INTENT TO AWARD WITHOUT DISCUSSIONS The Government intends to evaluate proposals and issue a contract without discussions, but reserves the right to conduct discussions and receive revised proposals if later determined necessary. 3. LIST OF EVALUATION FACTORS AND SPECIFIC TECHNICAL EVALUATION CRITERIA Each evaluation factor is of equal importance. A rating of non-acceptable for any evaluation factor will result in an overall rating of "Non-Acceptable." In order to be considered technically acceptable, proposals must meet the following minimum requirements: FACTOR #1CERTIFICATION This factor will evaluate the offeror for its understanding of the scope of work and minimum specifications contained within the solicitation. Evaluation Factor Submission Requirements: Offeror shall submit with their proposal/offer, documentation showing that the inspector you will provide on this project is licensed by the State of Alaska Fire Marshall to provide the required inspection and certification services. Standard of Acceptability: The vendor must have a certification from the State of Alaska that they are certified and able to provide the required services. Any company that does not include this with their cost proposal will be deemed non-acceptable and therefore non-responsive to the solicitation. 52.212-03, Offeror Representations and Certifications-Commercial Items CENTRAL CONTRACTOR REGISTRATION INFORMATION: Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their bid to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event a bidder 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 quoter. Refer to FAR 52.204-7, Central Contractor Registration, "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." ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12 and FAR 52.204-8) 52.212-04, Contract Terms and Conditions-Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which includes the following applicable clauses: 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.217-5 52.217-9 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the period of performance stated in the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. WD 05-2017 (Rev.-16) applies to this order. To view this Wage Determination please go to http://www.wdol.gov/sca.aspx. PROPOSAL SUBMISSION: Quotes must be received at the following address, via mail, or email, prior to the closing date of this combined synopsis/solicitation. Closing date of this solicitation is July 30, 2012 at 10:00AM, local Alaska time. POINT OF CONTACT: National Park Service Attn: Jordan Gunn 240 W. 5th Ave, Room 532 Anchorage, AK 99501 Phone: (907)644.3306 Fax: (907)644.3802 (If faxing your quote, you must submit a cover page, clearly indicating the solicitation number and Contract Specialist's name)Email: Jordan_gunn@nps.gov Additional Info: Please click here to view more details. Contracting Office Address: ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS13238/listing.html)
 
Place of Performance
Address: Gates of the Arctic National Park, Fairbanks, AK
Zip Code: 99709
 
Record
SN02803758-W 20120718/120716234802-991d18fa0fd9f94600516c854c2d0402 (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.