Fire Suppression Maintenance & Repair

expired opportunity(Expired)
From: Federal Government(Federal)
W912LA19R5003

Basic Details

started - 12 Feb, 2019 (about 5 years ago)

Start Date

12 Feb, 2019 (about 5 years ago)
due - 14 Mar, 2019 (about 5 years ago)

Due Date

14 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912LA19R5003

Identifier

W912LA19R5003
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)NGB (17512)W7MX USPFO ACTIVITY CAANG 195 (48)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 February 12, 2019MEMORANDUM FOR ALL PROSPECTIVE OFFERORSFROM: TSgt Justin SmithCA ANG, 195 WG/MSC 17840 13th StreetBeale AFB, CA 95903Phone: 530-634-9179SUBJECT: Request for Proposal, Repair and Certify Fire Suppression System1. The California Air National Guard, 195th Wing, located on Beale AFB, CA intends to establish a Firm Fixed Price contract for Repair and Certification of the Fire Suppression System located at the San Diego Air National Guard Station as listed in PWS.2. General Information:Notice Type: Combined Synopsis/SolicitationSolicitation Number: Title: W912LA19R5003Repair and Certify Fire Suppression SystemPosted Date: 12 February 2019Solicitation Response Date: 14 March 2019Estimated Award Date: Period of Performance: 14 February 2019, 1:00 PM PDT60 Day PoPSet Aside: Total Small Business Set-AsideNAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors: $15MPoint of Contract: TSgt Justin Smith, Contracting OfficerCA ANG, 195 WG/MSCPhone:
rel="no-follow" href="mailto:530-634-9179Justin.Smith.173@us.af.mil">530-634-9179Justin.Smith.173@us.af.mil3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.4. This combined synopsis/solicitation is issued as a Request for Proposal (RFP) with solicitation number W912LA19R5003.5. This solicitation document, incorporated provisions and clauses are those in effect throughFederal Acquisition Circular 2019-01 effective 20 Dec 2018.6. Contractor Responsibility: The Contractor shall provide all items necessary--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the required items according to the specifications and SOW.7. Description of Work: Requirement consists of contractor to perform an inspection, repair, and a five year certification of the fire protection system in Bldg. 2 at the San Diego Air National Guard Station located at 57288 Convoy Terrace San Diego, California 92111.See attached Performance Work Statement titled "PWS Fire Protection System - 16Oct18" for full requirement description.There is currently no site visit scheduled, nor will there be, unless explicitly requested via email to the contracting specialist listed on page 1.SCHEDULE OF ITEMSSUPPLIES OR SERVICES, AND PRICES/COSTSPROJECTRepair and Certify Fire Suppression SystemW912LA19R5003UNITSOL. #ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE0001Fire System CertificationEA1$$0002LaborEA1$$0003MaterialsEA1$$0004EquipmentEA1$$TOTAL $QUOTE SUBMITTED BY:Ordering Address Point of Contact Phone Number Fax NumberE-Mail Address Quote Date DUNS Number Web Address8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018) and the addendum, applies to this acquisition.Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (ifapplicable). Offeror shall complete, and include with its submission, the following:a. Schedule of Items Total Pricingb. Completion of the attached Capability Statement detailing the items/services being offered that provides sufficient detail for the government to evaluate compliance with the Statement of Work.c. FAR 52.212-3, Offeror Representations and CertificationsAddendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)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. Award shall be based on all or none and best value to the government.Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interestAward will be made to the offeror who provides the lowest price technically acceptable offer to the government. The following factors shall be used to evaluate offers:a. Technical capability of the service offered to meet the Government requirement as specified in the solicitation and attachments.b. Price10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov.Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 2018), applies to this acquisition.12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2018-O0021) (SEP 2018), applies to this acquisition.a. The Contractor shall comply with the FAR clauses in this paragraph that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).(4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).(5) [Reserved](6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).(10) [Reserved](11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.S.C. 657a).(ii) Alternate I (Nov 2011) of 52.219-3.(12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).(ii) Alternate I (Jan 2011) of 52.219-4.(13) [Reserved]X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).(ii) Alternate I (Nov 2011).(iii) Alternate II (Nov 2011).(15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).(ii) Alternate I (Oct 1995) of 52.219-7.(iii) Alternate II (Mar 2004) of 52.219-7.(16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).(17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).(ii) Alternate I (Nov 2016) of 52.219-9.(iii) Alternate II (Nov 2016) of 52.219-9.(iv) Alternate III (Nov 2016) of 52.219-9.(v) Alternate IV (Nov 2016) of 52.219-9.(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).(19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).(20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).X (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15U.S.C. 637(m)).X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).X (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).X (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 andE.O. 13627).(ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)(35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016).(Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).(36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).(37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA- Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisitionof commercially available off-the-shelf items.)(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)(38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).(39) 52.223-12, Maintenance, Service, Repair, or Disposal ofRefrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).(40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514(ii) Alternate I (Oct 2015) of 52.223-13.(41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).(ii) Alternate I (Jun 2014) of 52.223-14.(42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).(43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).(ii) Alternate I (Jun 2014) of 52.223-16.X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving(Aug 2011) (E.O. 13513).(45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).(46) 52.223-21, Foams (Jun 2016) (E.O. 13696).(47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(ii) Alternate I (Jan 2017) of 52.224-3.(48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).(49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43).(ii) Alternate I (May 2014) of 52.225-3.(iii) Alternate II (May 2014) of 52.225-3.(iv) Alternate III (May 2014) of 52.225-3.(50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).X (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).(55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).(56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10U.S.C. 2307(f)).X (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).(58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).(59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).(60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).(61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).(62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).(ii) Alternate I (Apr 2003) of 52.247-64.c. The Contractor shall comply with the FAR clauses in this paragraph, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)X (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206and 41 U.S.C. chapter 67).(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).(5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).(6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).(7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).(10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).(11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).13. List of Attachments• SCA WD 2015-5635 (Rev. 10) dated 12/26/2018• Capability Statement• PWS Fire Protection System - 16Oct18• SD Bldg. 2 Floor Plan14. Offerors shall provide quotes no later than 1:00 PM PDT, 14 March 2019 to the address below or via email which is preferred:TSgt Justin Smith, Contracting OfficerCA ANG, 195 WG/MSCPhone: 530-634-9179Justin.Smith.173@us.af.mil17840 13th StreetBeale AFB, CA 95903Phone: 530-634-917915. If there are any questions on this combined synopsis/solicitation, please contact the individual listed above. 

57288 Convoy Terrace San Diego, California 92111 United StatesLocation

Place Of Performance : 57288 Convoy Terrace

Country : United States

You may also like

J--I00507LE GRADER #1 REPAIRS LB 2.7.24

Due: 30 Apr, 2024 (in 2 days)Agency: INTERIOR, DEPARTMENT OF THE

MAINTENANCE SERVICE TO FIRE ALARMS/EXTINGUISHERS/SUPPRESSION SYSTEMS AT IITF&SFRS

Due: 30 Sep, 2025 (in 17 months)Agency: FOREST SERVICE

ANNUAL AND SEMI-ANNUAL INSPECTION AND CERTIFICATION OF THE ONSITE FIRE ALARM AND SUPPRESSION SYSTEMS.

Due: 31 Jul, 2024 (in 3 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

238 -- Specialty Trade Contractors/238220 -- Plumbing, Heating, and Air-Conditioning Contractors
naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY