The RFP Database
New business relationships start here

US FWS R7 Kodiak NWR FIRE SYSTEMS INSPECTIONS


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

U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140F0719Q0022. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) 2019-02TA, effective May 6, 2019. This requirement is set aside for small businesses. The North American Industrial Classification System (NAICS) number is 238220, Plumbing, Heating, and Air-Conditioning Contractors and the size standard is $15M. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis.

The U.S. Fish and Wildlife Service is requesting quotes to conduct fire systems inspections, Services and monitoring in accordance with the following performance work statement:

Statement of Work

05/13/2019

Title: Kodiak NWR Fire System Inspections, Services, and Monitoring

Location:     Kodiak National Wildlife Refuge Headquarters (NWR),
1390 Buskin River Road
Kodiak, AK 99615

Kodiak National Wildlife Refuge Visitor Center
402 Center Ave
Kodiak, AK 99615

Background/History:

The Kodiak NWR Headquarters has an administrative building (HQ), bunkhouse, and triplex located on the lot, along with a NWR Visitor Center located in downtown Kodiak, that require annual inspection testing of fire suppression systems, fire extinguisher inspections and a monitoring service for all four buildings to meet the minimum inspection requirement of the National Fire Protection Association (NFPA). The construction of a new triplex has necessitated a new contract to encompass all services.

The Triplex is new construction and will have a King Fisher Fire Alarm System installed. The option item could be exercised after the base year.

Project Description:

Provide a base year of services with up to four (4) option years to cover the following:

Headquarters:
(1)    Annual Fire Alarm Testing -
(2)    Fire Alarm System Monitoring

Visitor Center:
(1)    Annual Fire Suppression/Sprinkler testing
(2)    Annual Fire Alarm Testing
(3)    Fire Alarm System Monitoring

Triplex:
(1)    Annual Fire Suppression/Sprinkler testing
(2)    Annual Fire Alarm Testing

Station Fire Extinguisher Annual Inspections:
(1)    Headquarters Administrative Site - 6 fire extinguishers 2@ 16 lbs., 1@9.5 lbs. Cleanguard, and 1@5 lbs. Halotron)
(2)    Shop and fuel shed B? fire extinguishers, 7 inside (3@16 lbs, 2@ 8 lbs, 1@10 lbs) and 4 outside (3@20 lbs. and 1@33 lbs) ABC
(3)    Visitor Center B? fire extinguishers, 4@10 lbs. ABC
(4)    Hangar- fire extinguishers, 2@20 lbs and 1@10 lbs ABC
(5)    Eight Housing units
a.    Quarters units 1-5 - approximately 12 fire extinguishers, 8 lbs ABC
b.    New Tri-plex units 7-9 - approximately 6 fire extinguishers, 8 lbs ABC

All facilities have a dedicated phone line service servicing the attached fire alarm systems.

The contractor will be responsible for all costs associated with performing all tasks including but not limited to: labor, equipment, travel, per diem, lodging, and transportation. All work performed will be in accordance with National Fire Protection Association (NFPA), International Fire Code (IFC), State and Local codes, and Regulations.

Proposal Requirements:

Contractor shall demonstrate a minimum of 5 years of experience providing similar service scope throughout Alaska and for Government Agencies.

Contractor shall provide documentation of license/certification from the applicable authority to perform the entire scope of work.

Deliverables:

Provide documentation of each system testing with date of inspection and results of each inspection on company letterhead.

Period of Performance:

Base Year:         06/10/2019 B? 06/09/2020
Option Year 1:     06/10/2020 B? 06/09/2021
Option Year 2:        06/10/2021 B? 06/09/2022
Option Year 3:        06/10/2022 B? 06/09/2023
Option Year 4:        06/10/2023 B? 06/09/2024
        

Government Furnished Equipment: none

Additional Information:

All work is to be performed Monday-Friday, 0700-1700, except Federal Holidays. Building access for work will not be available outside of these times.

Notify Refuge Staff at least 48 hours prior site visit.

Provide Refuge Staff with timeline of activities prior to working.

Current fire monitoring system model information:

    Headquarters: P/N 3101235 REV 1.0, FSP502(G/R) (120V, 60Hz)

Visitor Center: QSC (P/N 3100185 REV.2.0), QS1(P/N 3100184 REV.2.0), S4(P/N 3100186 REV.2.0)

The basis for award is Best Value to the government.

Organization to be supported:
U.S. Fish and Wildlife Service, Region 7
Kodiak National Wildlife Refuge
Kodiak, AK 99615

Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 3:00 pm Eastern Time, 05/28/2019, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. It is preferable that quotes are emailed, however quotes may be mailed, e-mailed or faxed to the attention of: anthony_kuntz@fws.gov.

Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation.

The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/.

In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Quotes received from firms not registered in SAM by award date will not be considered.

Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading. Click (Public Opportunities) and search by using the reference number 140F0719Q0022 to find any documents related to this requirement.

All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436.

Kuntz, Anthony

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP