The RFP Database
New business relationships start here

Water-Based Fire Protection System ITM


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation
No. 140P8419Q0073
Inspection, Testing, and Maintenance
of
Water-Based Fire Protection Systems and Backflow Assemblies
for
Crater Lake National Park, Oregon


This is a combined synopsis/solicitation for sprinkler system and backflow device testing, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-03 as of June 12, 2019. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0073 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 238220 with an associated small business size standard of $15 million. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/.


DESCRIPTION: In accordance with the attached statement of work and the requirements, regulations, and codes referenced, the Contractor shall provide all labor, supervision, equipment, tools, travel, parts and materials necessary for the inspection, testing, and maintenance (ITM) of fire sprinkler systems, backflow devices and components at Crater Lake National Park. All fire sprinkler systems described below are due for an annual ITM.


PERIOD OF PERFORMANCE: The base period will start at the time of contract award. Option years, if awarded, will begin the following year. The anticipated dates are:


Base Year: August 1, 2019 - July 31, 2020
Option Year One: August 1, 2020 - July 31, 2021
Option Year Two: August 1, 2021 - July 31, 2022
Option Year Three: August 1, 2022 - July 31, 2023
Option Year Four: August 1, 2023 - July 31, 2024


PAYMENT: The vendor shall submit monthly invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.


TERMS AND CONDITIONS: The following FAR provisions and clauses apply:


52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.212-1, Instructions to Offerors -- Commercial Items;
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full)
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 (within 52.212-5, applicable clauses are the following:
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management)
52.222-41, Service Contract Labor Standards (See Wage Determination 15-5581 (Rev.-10) at http://www.wdol.gov/sca.aspx
52.222-42, Statement of Equivalent Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
WG4749-09 Plumber, $24.77, $8.17
52.222-55, Minimum Wages under Executive Order 13658
52.222-62, Paid Sick Leave under Executive Order 13706 E.O. 13706
52.217-5, Evaluation of Options
52.217-9, Option to Extend the Term of the Contract
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop-Work Order
52.242-17, Government Delay of Work


Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm


Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.


INSTRUCTIONS TO OFFERORS: There are two attachment to the solicitation: Attachment 1 - Quote Sheet and Attachment 2 - Experience and Past Performance Form


Quotations are due July 24, 2019, 4:00 PM, PST to the attention of: Jack Northcutt, Contracting Officer, National Park Service. Quotations must include the following information:
1. Company name and DUNS number, Contact name, phone number and e-mail
2. Pricing - Use Attachment 1 - Quote Sheet
3. Experience & Past Performance Questionnaire - Use Attachment 2

Quotations must be sent to e-mail address: jack_northcutt@nps.gov on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation).


DO NOT send quotations to, or contact the default contracting office address in Denver, Colorado.

The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov


OFFER EVALUATION(S):
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 of the contractor - describe services performed within the last three years, include examples of wet and dry pipe system inspections. Use Attachment 2, Experience & Past Performance Questionnaire.
(ii) Past performance - quality, efficiency, effectiveness and timeliness including satisfaction of work as evidenced in the submittal of Attachment 2, Experience & Past Performance Questionnaire.
(iii) Price (use Quote Sheet, Attachment 1)
(b) Technical capability and past performance are approximately equal to cost or price.
(c) Options. In accordance with FAR 17.206(b), the Government will evaluate offers for award purposes by adding the total price for options 2 - 5 to the price for the basic requirement (Line 1). Evaluation of options will not obligate the Government to exercise the option(s).
(d) 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 offer'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.


Attachment 1
QUOTE SHEET
RFQ No. 140P8419Q0073
Sprinkler & Backflow Testing
Crater Lake National Park


Company Name
Company DUNS Number
Contact Name
Email
Phone Number



Offerors are required to submit, at minimum, an offer that conforms to the solicitation documents with pricing for Base line items. Failure to do so may render the proposal unacceptable. On lump sum line items, provide the total price only. If no specific line item exists for a portion of the work, include the costs in a related item. In case of error in summation, the total of the corrected amounts govern. Round totals and extended prices to whole dollars. Pricing will be evaluated based on what is determined to be the best value to the Government. The Government reserves the right to award any or no options at or after the time of award.


CLIN      Description                                                                    Unit       Price ($)
00010    FY 2019 (Base Year) ITM (includes five-year items)            LS
 
00020    FY 2020 (Option Year One) ITM (incl 10-year items)           LS
 
00030    FY 2021 (Option Year Two) ITM                                        LS
 
00040    FY 2022 (Option Year Three) ITM                                      LS
 
00050    FY 2023 (Option Year Four)  ITM                                       LS 

TOTAL PRICE (CLINS 1- 5)                                                            LS


(CLIN - Contract Line Item No.) 



Attachment 2
EXPERIENCE AND PAST PERFORMANCE FORM
RFQ No. 140P8419Q0073
Sprinkler & Backflow Testing
Crater Lake National Park
Company Name
Company DUNS Number
Contact Name
Email
Phone Number


PAST PERFORMANCE REFERENCES:
Name:
Business/Agency Name:
Address:
Phone Number:
Description:



Name:
Business/Agency Name:
Address:
Phone Number:
Description:



Name:
Business/Agency Name:
Address:
Phone Number:
Description:


Attachment 3
STATEMENT OF WORK
RFQ No. 140P8419Q0073
Sprinkler & Backflow Testing
Crater Lake National Park


PART 1 - GENERAL


1.1 Description of Work
In accordance with this scope of work and the requirements specified herein, and with codes and regulations referenced in Section 1.5 of this scope, the Contractor shall provide all labor, supervision, equipment, tools, travel, parts and materials necessary for the inspection testing and maintenance (ITM) of fire sprinkler systems, backflow devices and components at Crater Lake National Park. All fire sprinkler systems described below are due for an annual ITM. Five-Year testing was performed in 2015. Ten-Year testing was performed in 2010. The Contractor is not required to perform weekly or monthly inspections. NPS personnel will perform these tasks.


1.2 Qualifications
Contractor shall be a company specializing in inspection, testing, maintenance, and repair of water-based fire suppression systems, backflow assemblies, their components and appurtenances. Oregon Health Authority (OHA) certified Backflow Assembly Testers, with current certification and equipment calibration, must perform all backflow prevention assembly testing in Oregon.


1.3 Experience
Contractor shall have continuously performed inspection, testing, maintenance, and repair of water-based fire suppression systems, backflow devices their components and appurtenances in the State of Oregon for the past five years.


1.4 Definitions
Authority Having Jurisdiction (AHJ): The organization, office, or individual responsible for approving equipment, materials, an installation, or a procedure. The NPS Regional Structural Fire Management Officer is the AHJ for this project.

CO: Contracting Officer


COR: Contracting Officer's Representative


Emergency Impairment: A condition where a water-based fire protection system or portion thereof is out of order due to an unexpected occurrence, such as a ruptured pipe, an operated sprinkler, or an interruption of the water supply to the system.


Impairment: A shutdown of a system or portion thereof.


Inspection, Testing, and Maintenance Service: A service program provided by a qualified contractor or qualified owner's representative in which all components unique to the property's systems are inspected and tested at the required times and necessary maintenance is provided. This program includes logging and retention of relevant records.


Inspection: A visual examination of a system of portion thereof to verify that it appears to be in operating condition and is free of physical damage.


Maintenance: Work performed to keep equipment operable.


Testing: A procedure used to determine the status of a system as intended by conducting periodic physical checks on water-based fire protection systems such as water-flow tests, fire pump tests, alarm tests, and trip tests of dry pipe, deluge, or pre-action valves at intervals specified in the appropriate chapter(s) of NFPA 25-2017 Edition.


Fifth Year Testing: NFPA 25 requires an internal inspection of fire sprinkler system piping every five years. This is to be conducted to inspect for the "presence of foreign organic and inorganic material." Foreign materials can cause obstructions to pipe and sprinklers. Per NFPA 25 13.4.2.1.and 13.4.2.2, 2017 edition: Valves shall be inspected internally every five years to verify that all components operate correctly, move freely, and are in good condition. Internal components shall be cleaned, repaired, or replaced as necessary in accordance with the manufacturer's instructions.


Tenth Year Testing: Dry sprinklers should be tested or replaced every 10 years. Fast-response sprinklers should be tested after 20 years in use and every 10 years after that. Standard response sprinklers should be tested after 50 years in use and in 10-year intervals after that.


Preplanned Impairment: A condition where a water-based fire protection system or a portion thereof, is out of service due to work that has been planned in advance.


Private Fire Service Main: The pipe and its appurtenances located on private property between a source of water and the base of the riser for automatic sprinkler systems, that can include supply and distribution piping installed aboveground, in trenches, and inside or outside of buildings.


Qualified: Having knowledge of the installation, construction, or operation of water-based fire protection systems, their components and appurtenances, and the hazards involved.


Standpipe System (to include Dry and Wet Standpipes): An arrangement of piping, valves, hose connections, and allied equipment installed in a building or structure, with the hose connections located in such a manner that water can be discharged in streams or spray patterns through attached hose and nozzles, by means of connections to water supply systems or by means of pumps, tanks, and other equipment necessary to provide adequate supply of water to the hose connections.


1.5 References
NFPA 13 (Standard for the Installation of Sprinkler Systems - 2019 Edition)
NFPA 14 (Standpipe for the Installation of Standpipe and Hose Systems - 2019 Edition)
NFPA 22 (Standard for Water Tanks for Private Fire Protection - 2018 Edition)
NFPA 24 (Standard for the Installation of Private Fire Service Mains and Their Appurtenance - 2019 Edition)
NFPA 25 (Inspection, Testing and Maintenance of Water-Based Fire Protection Systems - 2017 Edition)
NFPA 70 (National Electrical Code - 2017 Edition)
NFPA 72 (National Fire Alarm Code - 2019 Edition)
NFPA 101 (Life Safety Code - 2018 Edition)


PART 2 - CONTRACT HOURS


2.1 General
Contract hours for the scope of services as described herein are five (5) days a week. Most inspection, testing and maintenance services shall be scheduled during regular working hours. All services shall be performed in a timely and professional manner in order to provide the best possible protection of the building occupants and property of the Park. A number of facilities are "Seasonal Use Buildings" where systems are taken out of service during the winter months. Access to perform work in these facilities must be coordinated with the COR.


2.2 Regular Working Hours
Regular working hours are from 7:00 a.m. to 4:00 p.m., Monday through Friday, excluding federally observed holidays.


Part 3 - Reports


3.1 Written Reports
Contractor shall prepare written reports of the testing and maintenance results using National Park Service forms. These completed reports shall be presented to the Park after work is completed. Contractor shall be responsible for obtaining the appropriate forms from Park. Recommended forms are:
Annual Inspection of Wet Pipe Fire Sprinkler Systems (Form NPS WS-1A)
Annual Inspection of Dry-Pipe Fire Sprinkler Systems (Form NPS DS-1A)
NFSA Form 25-13Y, 25-13W or AFSA equivalent.
Backflow Assembly test reports shall be recorded on a (AWWA) test report forms or approved equal, with (2ea) duplicate copies.


Part 4 - Inspection, Testing, and Maintenance


4.1 Inspection, Testing, and Maintenance
Wet and Dry Pipe Fire Sprinkler System inspection, testing, maintenance and repair shall be performed in accordance with this scope of work and Chapter 5 of NFPA 25 (2017).


4.2 Impairments/Emergency Impairments/Preplanned Impairments
The Contractor shall perform all impairment procedures in accordance with Chapter 15 of NFPA 25 (2017), to ensure that increased risks are minimized and the duration of the impairment is limited.


4.3 Obstruction Investigation
The Contractor shall perform all obstruction investigations in accordance with Chapter 14 of NFPA 25 (2017).


4.4 Repairs
Notify Park CO immediately of deficiencies or impairments discovered during maintenance, inspections, and tests. Repairs will be completed only upon receiving authorization from the NPS in accordance with the manufacturer's instructions, applicable NFPA Codes, and all other applicable codes and regulations. Qualified maintenance personnel or a qualified contractor shall perform corrections and repairs.
Document deficiencies discovered
Notify Park CO immediately of deficiencies or impairments and receive CO authorization prior to commencing with repair work or purchasing any replacement parts
Repair components and/or replace parts
Test or verify proper operation of corrected component
Document deficiencies corrected
Parts and equipment removed from service shall be legally disposed of or delivered to the Facility Services Department, as directed by the COR. In no event shall parts or equipment removed from service be abandoned at the work site.


4.5 Parts and Materials
Parts and materials furnished by the Contractor shall be new, unused, and un-refurbished, unless otherwise required or permitted by the Contract. Replacement parts shall be of the same type and characteristics by the same manufacturer as the parts being replaced or shall be fully compatible and functional within that sprinkler system, equipment, or component.


Part 5 - DELIVERABLES
5.1 Deliverables Schedule
Contact ordering activity and arrange for site visit to perform services within 15 calendar days after receipt of order.
Perform sprinkler ITM by end of performance period.
Report any deficiencies or impairments to Contracting Officer (CO) or Contracting Officer's Representative (COR) immediately. No repairs or replacements may be made without approval by the CO.
Notify the ordering activity in writing of any impairments or obstructions within 24 hours.
Take measurements necessary to order replacement dry sprinklers identified by COR during performance of ITM services.
Remove and replace dry sprinklers. Dry sprinklers removed for testing shall be labeled and given to COR by end of performance period.
Present final reports to COR by end of performance period.


5.2 Inspection Schedule
After Contract award, the Contractor shall coordinate a fire protection system, backflow assembly ITM schedule with the Park.


5.3 Ownership of Information
All professional and technical information developed under the resulting Contract, and all work sheets, reports, and related data shall become the property of NPS, and the Contractor agrees to deliver reproducible copies of such documents to the Park on completion of the services hereunder, or at the Park's request.


5.4 Contacts
The NPS Contracting Officer shall designate a COR) who shall have authority to direct the Contractor's performance in matters relating to policy, information requirements and procedural requirements related to the contract work. The COR will monitor the contract and the performance of the Contractor and any subcontractors. COR contact information will be provided to the Contractor at the time the Contract is awarded. The Contractor shall provide telephone and/or cellular telephone numbers whereby the Contractor may be contacted 24 hours, 7 days of the week.


5.5 Acceptance of Work
Completion of all work performed under the contract shall be subject to final acceptance by the Park. The Contractor shall promptly correct all work rejected by the Park as faulty, defective, or failing to conform to the Contract, whether observed before or after substantial completion of the work, and whether or not inspected, tested, repaired, fabricated, installed, or completed. The Contractor shall bear all costs of correcting such rejected work.

5.6 Right to Add or Delete Sites
The Park reserves the right to add or delete fire sprinkler systems or related components during the contract period. Contractor agrees to extend bid pricing to any fire sprinkler system, backflow assembly or related component added to the Contract.


5.7 Invoices
Invoices shall include the Purchase Order Number; Date service(s) performed; Location or building; and Description of service(s) performed;


5.8 Warranties
The Contractor shall repair or replace, without additional cost to the Park, all defective work and replace all defective materials furnished or installed by the Contractor. Contractor shall provide parts and equipment warranties from the manufacturers that are the standard, published warranties on the manufacturers' letterhead. All warranty items shall be full term, not prorated for the partial year of installation.

PART 6 - List of Systems & Devices
6.1 Rim Village
Building #72 (Rim Village Historic Comfort Station) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #66 (Kiser Studio) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #116 (Community House) Fire Extinguishing System, Wet Pipe, Double check valve assembly
6.2 Headquarters Area
Building #1 (Sager Bldg.) Fire Extinguishing System, Dry Pipe
Building #3 (Canfield Bldg.) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #4 (Warehouse) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #5 (Rat Hall) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #14 (Maintenance Bldg.) Boiler room and Bay 11 Fire Extinguishing System, Wet Pipe, (RP) assembly & Double check valve assembly
Building #19 (Science and Learning Center) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #20 (Science and Learning Center Dorm) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #31 (Stone House) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #32 (Stone House) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Building #222 (Community Center) Fire Extinguishing System, Dry Pipe, Double check valve assembly
Mazama Lagoons Double check valve assembly


 


 


 


Jack Northcutt, Contracting Officer, Phone (541) 883-6884, Email jack_northcutt@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP