Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

J -- WHEELED PKP/CO2 FIRE EXTINGUISHER MAINTENANCE, REFILL AND SERVICING

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024418Q0137
 
Response Due
5/9/2018
 
Archive Date
5/24/2018
 
Point of Contact
Sean Harold 619-556-9676
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 and FAR 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N00244-18-Q-0137 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. Solicitation is 100% Women Owned Small Business Set-Aside and the associated NAICS code is 541990 and small business size standard is $15 M. All questions must be submitted by 12:00PT on 03 May 2018 by email to sean.harold@navy.mil Submit offer to Contract Specialist Mr. Sean Harold via email only sean.harold@navy.mil with entry in subject line RFQ N00244-18-Q-0137 WHEELED PKP/CO2 FIRE EXTINGUISHER MAINTENANCE, REFILL AND SERVICING no later than 15:00 PT on 09 May 2018. Offers that are received after this time and date will not be included in the competition. All offerors must ensure that they receive a confirmation email of successful receipt of their proposal from the Contract Specialist prior to the closing date/time in order to validate that their proposal was received by the Government by the stated closing time and date. STATEMENT OF WORK 1.0 BACKGROUND Flight Line wheeled fire extinguishers are the first line of defense in protecting Navy assets required by NAVAIR 00-80R-14 NATOPS Aircraft Firefighting and Rescue Manual. Maintenance and hydrostatic testing is required for compliance with current National Fire Protection Association (NFPA) Standard 10 for Portable Fire Extinguishers and manufacture manual. Failure to meet these requirements could result in catastrophic loss of life and property. Failure to provide requirements will impact the Navys mission. 2.0 SCOPE The Contractor shall provide all, tools, supplies, equipment and labor necessary to conduct the following: 2.1 Six year maintenance and refill service of the 50lb Purple-K (PKP) dry chemical. 2.2 Five year maintenance and refill service of the 20lb Carbon Monoxide cylinders. 2.3 Provide one hundred four (104) 20 lb. CO2 with hose at NAS Fallon only. Replace CO2 extinguishers at Fallon, service those removed and use as loaner equipment to other NRSW installations while all remaining CO2 receive off-site testing and maintenance. Once service is completed the one hundred four (104) CO2 loaners will be located as back-up for Northern and Southern installations identified by the Region FPC. This process will ensure wheeled extinguisher coverage is maintained on the flight line at all times while allowing each site to keep current extinguisher inventory. NOTE: All equipment removed for servicing must be returned. 2.4 All work shall include parts; pick-up and delivery Contractor shall comply with Federal, State and local laws, rules, and regulations that will ensure their serviceability and prevent deterioration in value or effectiveness. 2.5 The contractor shall be certified to service fire extinguishers and provide proof of certification IAW NFPA 10, section 7.1. 3.0 APPLICABLE DOCUMENTATION 3.1 National Fire Protection Association, Standard for Portable Fire Extinguishers (2018 edition) 3.2 Manufacturers Service Manuals (Amerex) 3.3 Applicable State Fire Marshal License 3.4 U.S. Department of Transportation (DOT) regulation CFR 49, Subpart G 3.5 Navy Instruction OPNAVINST 3960.16A 4.0 SPECIFIC TASKS 4.1 MAINTENANCE: 4.1.1 Maintenance required for PKP wheeled extinguishers: Perform6-Year Maintenance and associated internal inspection on dry chemical extinguishers in accordance with NFPA 10 and manufacturer s instructions. Corrective maintenance returns a fire extinguisher to full operating capacity 4.1.2 Maintenance required for C02 extinguishers: Perform 5yr Maintenance on C02 Extinguisher at each installations IAW NFPA 10 and manufacturers instructions on C02 extinguishers. Perform 5 year Hydrostatic test (includes refill) when required IAW NFPA 10 and manufacturers instructions on identified C02 extinguishers. Extinguishers will be picked up and dropped off at a specified central location. Delivery of fully serviced fire extinguishers shall be delivered to the respective Installation within 30 days from the original pick-up date or date acceptable to the Installation Fire and Emergency Service POC. 4.2 FIRE EXTINGUISHER RECHARGE: Fire extinguishers shall be recharged in accordance with NFPA 10 and the manufacturer s service instructions. The replacement of extinguisher agent also includes the agent expellant for extinguishers. 4.3 LABELING: (NFPA 10, Chap 7, 8) The Contractor shall replace fire extinguisher identification labels, classification symbols, product inspection stickers/plates/decals and other required information labeling if the originals are damaged or missing. Labeling shall be in accordance with the manufacturer s specifications. 4.4 HYDROSTATIC TESTING: (NFPA 10, Chap 7, 8) The Contractor shall hydrostatically test extinguishers as specified in NFPA 10 and the manufacturers instructions. The Contractor shall identify pertinent information (sticker, stamp etc.) on extinguisher with test completion date IAW NFPA 10. Extinguishers that fail the hydrostatic test or are not serviceable shall be identified, recorded and disposed of by the Contractor. 4.5 SIX-YEAR MAINTENANCE: (NFPA 10, Chap 7, 8) The Contractor shall perform overhaul maintenance in accordance with the manufacturer s requirements for each type extinguisher. Internal maintenance shall be identified by the Verification of Service Collar. Any extinguishers that fail the maintenance requirements or exceed the individual unit contract price shall be identified, recorded on the service invoice for that installation and immediate notification to the installation POC for decision on disposal of a unit. Disposal, if approved by installation POC, will be completed by the Contractor. 5.0 PLACE OF PERFORMANCE Contract requirements for the pick-up and drop-off of all portable fire extinguishers will be at a central location on each installation listed below. The Contractor shall provide a draft plan of actions and milestones (POA and M) with its proposal for Government review. The POA and M shall allow enough time for completion of services at all locations prior to end of contract year to ensure adequate time for return of extinguishers being serviced. The Government retains the right to establish the final approved schedule. 5.1 Naval Air Station Fallon, Building 18, 4th Street, Fallon, NV 89496 5.2 Naval Base Coronado, Bldg. 792, Hanger Rd, Coronado, CA 92135 5.3 Naval Air Station Lemoore, 767 Franklin Ave. NAS Lemoore CA 93246 5.4 Naval Air Station El Centro, 137 A Street, El Centro, CA 92243 5.5 Naval Weapons Station China Lake, Bldg. 02473, MS1306, 1 Administration Circle, China Lake, CA 93555-6100 5.6 Naval Base Ventura County, 391 Ronald Reagan, Point Mugu CA 93042 6.0 PERIOD OF PERFORMANCE 1 June 2018 30 September 2018 7.0 DELIVERABLES Complete records and reports are kept of all test results. The following must be provided to the Installation Fire Chief, COR and SME during and/or after each installation s service visit: 7.1 During the service visit, any deviations will be returned to manufacturer s operating standard or tagged out of service for repair or due to end of service life and reported to the Installation Fire Chief or Operations Chief on duty by the end of the day and to the COR on the next business day. 7.2 After completion of the service visit a work order summary of services provided including each components serial number, model number, the installation/location, the internal fire department numbering, current service date and service status within 7 calendar days to the Installation Fire Chief/Regional Fire Staff and COR. 7.3 All Test Sheets complete with proper comments as outlined above and be permanent to the form (no hand written ink comments allowed) then shall be signed and dated by the service tech. 8.0 HOURS OF OPERATION Pick up and drop off will scheduled in advance with the Installation Fire and Emergency Service Point-of-contact at each location and will be during normal operating hours of Monday thru Friday 07:30 AM (PST) to 2:00 PM (PST), excluding U.S. Government Holidays. 9.0 U.S. FEDERAL HOLIDAYS. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. FEDERAL HOLIDAYS New Years Day Martin Luther Kings Birthday Presidents Day Memorial Day Independence Day 4th July Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 10.0 TRAVEL AND BASE ACCESS REQUIREMENTS Contractor will be required to travel to all NRSW Fire and Emergency Services installations.. CONTRACTOR AND SUBCONTRACTOR PERSONNEL WILL BE REQUIRED TO MEET ALL BASE ACCESS REQUIREMENTS. Furnish a list of contact personnel of the contractor and subcontractors including addresses and telephone numbers for use in the event of an emergency. As changes occur and additional information becomes available, correct and change the information contained in previous lists. Identification Badges: Application for and use of badges will be as directed. Obtain access to the installation by participating in the Navy Commercial Access Control System (NCACS) or by obtaining passes each day from the Base Pass and Identification Office. Costs for obtaining passes through the NCACS are the responsibility of the Contractor. One day passes, issued through the Base Pass and Identification Office will be furnished without charge. Furnish a completed EMPLOYMENT ELIGIBILITY VERIFICATION (DHS FORM 1 9) form for all personnel requesting badges. Immediately report instances of lost or stolen badges to the COR. 9.0 GOVERNMENT EQUIPMENT LIST Contractor will provide required maintenance, repairs, part replacement and hydrostatic testing for portable dry chemical and C02 fire extinguishers below, in accordance with National Fire Protection Association (NFPA) Standards. The Contractor will provide Installation F and ES Point-of-contact with additional items to replace out of compliance equipment. TERMS AND CONDITIONS: 1)Quotes: All or Nothing 2)Period of Performance: 1 June 2018 30 September 2018 3)Place of Performance: All locations listed in the PWS 4)Payment: WAWF 5)Contract Award: It is intended to award a single Firm Fixed Price Contract to the Offeror that is evaluated lowest price technically acceptable offer. 6) Partial Shipments Partial Payments Authorized The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-36; 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b.- Destination Applicable DFARS clauses and provisions: 252.2212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability; (ii) Past performance; and (iii) Price Offeror s proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, services offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be removed from further competition. See paragraph (b) below. Only those Offerors that are rated acceptable in Factor (i) will be further evaluated under Factors (ii), and (iii). Contract will be awarded to the Offeror who is found acceptable in Factors (i) and (ii) and is the lowest price offer. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror s best terms from both a price and technical standpoint. (b) Technical capability of the services offered to meet the government requirement. This factor has two sub-factors as follows: (i) Technical Approach: (5 page limit) The Offeror shall provide a narrative explanation of its understanding of, the methodology and ability to perform all tasks included in Section 4. SPECIFIC TASKS of the PWS. The technical approach should demonstrate that the Offeror can accomplish the specified work in a technically competent, timely manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, best practices and other methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. Plan of Action and Milestones (POA and M) (no pg. limit) The Offeror shall provide a draft POA and M with its proposal for Government review. The POA and M shall allow enough time for completion of services at all locations prior to end of the period of performance to ensure adequate time for return of extinguishers being serviced. The Government retains the right to establish the final approved schedule. Certification IAW NFPA 10, section 7.1. (no pg. limit) The contractor shall be certified to service fire extinguishers and provide proof of certification IAW NFPA 10, section 7.1. Technical Acceptable/Unacceptable Rating Method: Acceptable- Proposal meets the requirements of the solicitation. Unacceptable- Proposal does not meet the requirements of the solicitation. (ii) Offeror s PAST PERFORMANCE information will be used to make a determination of whether the Offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers that lack relevant past performance history, will receive a neutral rating under this factor. Contract number, customer, POC, dollar value, and brief statement of work are required for all past performance references. The Contracting Officer will evaluate Offeror s PAST PERFORMANCE as follows: Past Performance Acceptable/Unacceptable Rating Method: Acceptable- Based on the Offeror s performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror s performance record is unknown. (See note below) Unacceptable- Based on the Offeror s performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable (iii) Price. Offeror shall bid all items in MS Excel Pricing Exhibit. Other formats are not acceptable. Partial bids will not be accepted. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) EMCRA CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS AND RELATED BACKGROUND INFORMATION The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [Self-Contained Breathing Apparatus (SBCA) and Cylinders Testing] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0137/listing.html)
 
Record
SN04906097-W 20180503/180501230701-a28cb7593932ab376a4198de8a693a31 (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.