United States - Fire Suppression Repair and Maintenance

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
31 May 2019
Opportunity publication date
11 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 10, 2019 3:23 pm

 

COMBINED SYNOPSIS/SOLICITATION
This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price and Time and Materials (T&M) contract for a Fire Suppressant System Maintenance and Repair as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.
 
This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2019-01, effective 20 DEC 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20190215, effective 15 Feb 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018.
 
This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who is the lowest price technically acceptable and submits a proposal that:
 
1.  Conforms to the requirements of the combined synopsis/solicitation.
2.  Receives a rating of "Acceptable" on the Technical Capability evaluation factor.
3.  Contains the lowest total evaluated price (TEP), provided that the                                       
     TEP is not unbalanced and is fair and reasonable.
 
 
The combined synopsis/solicitation number for this requirement is FA8601-19-Q-A054 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
 
The associated North American Industrial Classification System (NAICS) code is 238220 with a small business size standard of $15,000,000.00.
 
NAICS Code: 238220 - Waterless Fire Suppressant System
 
Small Business Size Standard:  $15,000,000.00
 
The TEP consists of these Contract Line Items Number (CLINs), which should be structured as follows:
CLIN                           Description
1000                CO2 Tank
              Firm Fixed Price
2000                Routine Maintenance/ inspections (1 July 2019 - 30 June 2020)
              Firm Fixed Price
2001                Option 1 Routine Maintenance/ inspections and replacement parts as                                                   detailed in the Performance Work Statement (PWS) (1 July 2020 - 30                                                 June 2021)
              Firm Fixed Price
2002                Option 2 Routine Maintenance/ inspections and replacement parts as                                                   detailed in the Performance Work Statement (PWS) (1 July 2021 - 30                                                 June 2022)
              Firm Fixed Price
3000                Emergency Repairs and CO2 tank filling as detailed in the Performance                                              Work Statement (PWS) (1 July 2019 - 30 June 2020)
              Time and Materials
3001                Option 1 Emergency Repairs and CO2 tank filling as detailed in the                                                    Performance Work Statement (PWS) (1 July 2020 - 30 June 2021)
              Time and Materials
3002                Option 2 Emergency Repairs and CO2 tank filling as detailed in the                                                    Performance Work Statement (PWS) (1 July 2021 - 30 June 2022)
              Time and Materials
 
The TEP will be evaluated based upon the summation of CLINs above. The T&M CLINs (3000, 3001, and 3002) will be evaluated based upon the below estimated material costs and estimated labor hours:
 
CLIN 3000 - Material Costs of $12,800.00 and labor hours of 75 hours (Sr. Technician - 15 Hours; Technician - 40 Hours; Assistant - 20 Hours).
CLIN 3001 - Material Costs of $19,158.00 and labor hours of 181 hours (Sr. Technician - 36 Hours; Technician - 100 Hours; Assistant - 45 Hours).
CLIN 3002 - Material Costs of $18,459.66 and labor hours of 172 hours (Sr. Technician - 35 Hours; Technician - 95 Hours; Assistant - 41 Hours).
 
Each proposal shall include the below table, completed to correspond with the offeror's proposal. The highlighted portions in the table indicate the necessary inputs. To assist with the TEP calculation, Attachment #3 is included in the combined synopsis / solicitation.
 
 (a word document version of this text including the table that does not appear here can be found in the attachment uploads for this posting "package 1, Soliciation Document)
Acceptable means of Submission:  All submissions must be submitted electronically to the following email address emmeline.spaulding@us.af.mil by 31 May 2019 2:00 P.M. EASTERN.
 
Any correspondence sent via e-mail must contain the subject line "FA8601-19-Q-A054, Fire Suppressant Maintenance and Repair." The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments.  E-mails with compressed files will not be accepted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).  Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.  If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.  The email filter may delete any other form of attachments. 
 
Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil.  The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. 
 
 
 
 
 
Delivery Schedule:                              See attachment 2
                                                           
Delivery Destination:                          AFRL/RQ
                                                            Attn: Brent Phelps
Building 18 (Area B)                                                   
Wright Patterson AFB, OH 45433
                                                                                                           
Delivery Type:  FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)
 
Inspection and Acceptance:  Both inspection and acceptance will be by the Government at Destination.
Requirement: The United States Aerospace Systems Directorate, Air Force Research laboratory (AFRL/RQ) has multiple fire suppression systems in its Bldg 18 Complex, Bldg 490, and Bldg 71A. 1 of these systems is an Aqueous Fire Fighting Foam (AFFF) system in a fuel storage room in Bldg 490. 2 of these systems are high pressure carbon dioxide (CO2) systems which rely on CO2 bottles to supply the extinguishing agent, and the rest are low pressure systems which draw their CO2 from a bulk storage tank which stores 17 tons of CO2 in liquid form. Most of the CO2 systems are "total flood" systems, which means that in the event of activation they displace all of the air in the hazard area with CO2 in order to extinguish any flames. In order to maintain and repair these systems it is necessary to have a licensed contractor available to provide specialized services.  Services anticipated include refilling the main CO2 tank after spurt system tests, annual inspections, and repairs. These systems were first installed in the 1940's and were upgraded in the 1980's and are now due for another upgrade.
The anticipated award is Firm Fixed Price and Time and Material.
 
The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered.  Technical Capability and Price will be used to evaluate all offers.
 
The proposals may be in any format but MUST include:
 
1.  Proposing company's name, address, DUNS number, Cage Code, and TIN.
2.  Point of contact's name, phone, and email.
3.  Proposal number & date.
4.  Timeframe that the proposal is valid.
5.  Individual item price.
6.  Total price (Net 30), No Progress Payments.
7.  Shipping (FOB Destination).
8.  Delivery Schedule.
9.  Completed copy of representations and certifications (Attachment 2)
 
Important Notice to Contractors:  Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).  The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror.  Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation.
 
Important Notice to Contractors:  All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.  SAM can be accessed at https://www.sam.gov.  Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.  Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.  Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement.  Use of the basic system is at no cost to the contractor.  Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.  Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
 
ADDITIONAL INSTRUCTIONS TO OFFERORS
 
The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:
(a)    North American Industry Classification System (NAICS) code and small business size standard are as specified above.
(b)   Submission of offers is as prescribed in the text of this combined synopsis / solicitation.
 
Site Visit: There will be an optional site visit held, time and date 21 May 13:00 to 15:00 Eastern. To attend, please submit a list of individuals to Government Acceptor (Brent Phelps brent.phelps@us.af.mil) in Word or Excel format, stating LAST NAME then FIRST NAME of each person, State provided license number and the issuing state, and email address.  The sponsor must submit that list to Pass & ID Area A, Building 286, no fewer than three days prior to the anticipated arrival.  Names listed must be complete names, (no nicknames), and correspond to the names on the state ID for each person. Please provide list by Close of Business 17 May 2019. No more than three (3) individuals are permitted to attend per company. Please note that no photography is allowed in the test cells.
 
Drawings: A copy of the current Building 18 Complex - Cardox CO2 System Drawings can be provided upon request from interested parties. To obtain, please reach out to Emmeline Spaulding, Emmeline.Spaulding@us.af.mil
 
Proposal Content:  Proposals shall consist of two separate parts, a technical proposal and a price proposal.  Length of the proposal shall not exceed ten (10) typed pages.
 
Proposal Detail:  The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.  The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.
 
Embellishments Not Desired:  Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. 
 
Technical Proposal:  Describe how the offeror will meet the requirements described in the PWS.

CLIN Structure and Provisions and Clauses can be found in Attachment 2.
Attachments:
•1.       Performance Work Statement
•2.       CLIN, Provisions and Clauses
•3.       Wage Determination for Greene County
•4.       TEP Calculation Spreadsheet
 
Please direct all questions to Emmeline Spaulding, Emmeline.Spaulding@us.af.mil

Opportunity closing date
31 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFLCMC/PZIO - WPAFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?