US EMBASSY COTONOU
PREVENTIVE MAINTENANCE OF LIFE SAFETY SYSTEMS
Solicitation
SBN15016Q0005

April 26, 2016

Dear Prospective Quoter:

SUBJECT: Solicitation Number SBN15016Q0005 – Maintenance of Life Safety Systems.

The Embassy of the United States of America invites you to submit a quotation for preventive maintenance of Life Safety Systems at NEC.

Enclosed is a Request for Quotation (RFQ) for preventive maintenance of Life Safety Systems at NEC. If you would like to submit a proposal, follow the instructions in Section 4 of the solicitation and complete the required portions of the Standard Form 1449.

Your quotation must be submitted in a sealed envelope marked "Quotation Enclosed" to the attention of:

General Services Officer

Boulevard de la Marina,

01 BP 2012, Cotonou, Benin

On or before 10:00 am local time on May 16, 2016. No quotation will be accepted after this time. Embassy encourages submission of electronic version to the email address cited above.

In order for a quotation to be considered, you must also complete and submit the following:

1.SF-1449

2.Section 1 pricing;

3.Section 5, Representations and Certifications;

4.Additional information as required in Section 3.

The successful offeror(s) will be required to have a DUNS number and be registered in SAM/CCR through the following sites: DUNS – and SAM/CCR .

Direct any questions regarding this solicitation to the Contracting Officer Amber J McCoy by letter or by telephone number +229 21-300-650 during regular business hours or by email at .

Sincerely,

Amber J McCoy

Contracting Officer

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NUMBER / PAGE 1 OF
51
2. CONTRACT NO. / 3. AWARD/EFFECTIVE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
SBN15016Q0005 / 6. SOLICITATION ISSUE DATE
04/26/2016
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
Amber J McCoy / b. TELEPHONE NUMBER(No collect calls)
+229 21 300 650 / 8. Offer due Date/ Local Time
05/16/2016 @
10:00am
9. ISSUED BYCODE / 10. THIS ACQUISITION IS
American Embassy Cotonou
Marina Avenue
01 BP 2012 RP
Cotonou, Republic of Benin / UNRESTRICTED
SET ASIDE: % FOR
SMALL BUSINESS EMERGING SMALL BUSINESS
HUBZONE SMALL BUSINESS SMALL BUSINESS
SERVICE-DISABLED VETERAN OWNED 8(A)
NAICS: SIZE STD:
11. DELIVERY FOR FOB / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
DESTINATION UNLESS BLOCK IS MARKED
SEE SCHEDULE / 13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO: / Code / 16. Administered by:
American Embassy Cotonou
Marina Avenue
/ General Services Office

17.a. CONTRACTOR/OFFEROR CODE FACILITY CODE / 18a. PAYMENT WILL BE MADE BY
Financial Management Office
Marina Avenue
Email:
17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
01 / Preventive Maintenance of Life Safety Systems. / 1 / Each
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 02__ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. / 29. AWARD OF CONTRACT: REF. ______OFFER DATED _____. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or Print)
Amber J McCoy / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTIONSTANDARD FORM 1449 (REV3/2005)

PREVIOUS EDITION IS NOT USABLEComputer GeneratedPrescribed by GSA - FAR (48 CFR) 53.212
TABLE OF CONTENTS

Section 1 - The Schedule

  • SF 1449 cover sheet
  • Continuation To SF-1449, RFQ Number SBN15016Q0005, Prices, Block 23
  • Continuation To SF-1449, RFQ Number SBN15016Q0005, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement

Section 2 - Contract Clauses

  • Contract Clauses
  • Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

  • Solicitation Provisions
  • Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

  • Evaluation Factors
  • Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Representations and Certifications

  • Offeror Representations and Certifications
  • Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SECTION 1 - THE SCHEDULE

Continuation/Addendum to SF-1449

RFQ Number SBN15016Q0005

PRICES, BLOCK 23

1.0Introduction

1.1The United States Department of State (DOS) requires services to perform maintenance on the fire pump and fire sprinkler system as required by the NFPA 25 standard to maintain the fire sprinkler system in safe, reliable and efficient operating condition.

1.2The contract type is a firm fixed price contract for routine maintenance services paid at the scheduled rates, below. These rates include all costs associated with providing maintenance services in accordance with manufacturer’s warranty including materials, labor, insurance, overhead, profit and VAT. The contract will be for a one-year period, with four one-year optional periods of performance.

1.3Service work to the fire pump and sprinkler system must be completed in accordance with the following:

NFPA 25; Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems

NFPA 13; Installation of Sprinkler Systems

NFPA 72; National Fire Alarm Code

NFPA 20; Installation of Stationary Pumps for Fire Protection

NFPA 14: Installation Standpipe Systems

1.4The Chancery, located at Marina Avenue, Cotonou, Benin, is protected by an existing fire sprinkler system with a fire pump. The sprinkler system includes a ITT A-C Pump (1,000) gpm pump and FIRETROL Inc. controller.

Property ID / Office Type / LOCATION
X10001 / Chancery (OBC) / Boulevard De La Marina
X10015 / Utility Building (UTL) / Boulevard De La Marina
PUMP
Manufacturer/Model / MOTOR/DRIVER
Manufacturer/Model / FP CONTROLLER
Manufacturer/Model / JP CONTROLLER
Manufacturer/Model
ITT Centrifugal pump (8100 series)
S/N: 13-067277-01-01/1KS383
GPM: 1000 @ 323 Ft.hd and 140 PSI
RPM: 2100
Max. Pressure Developed: 148 PSI
Max. B.H.P : 150.6
Max. Positive Pressure Suction: 100 PSI / Clarke Fire Pump Diesel Engine
Model: JU6H-UFADMG
S/N: PE6068L244731
RPM: 3000
145 de-rated to 140.3 BHP / Firetrol Diesel Engine Fire Pump Controller
Model: FTA1100-JL12N
S/N: 994630-01RE
Electrical rating: 220VAC 20Amps 12VDC
Max. Pres.: 300 PSI / Firetrol Jockey Pump Controller
Model: FTA500E-AA011F-E-X132465*002
S/N: JK-11N47867-21
HP: 1.5 ; Voltage: 380V

2.0OBJECTIVES

2.1The purpose of this scope of work is to define the requirements for the maintenance tasks associated with the dry and wet fire protection system. The intent of this Task Order is to fully service and maintain operation of the life safety systems located on Post. Work shall be done in accordance with the project SOW, project specifications, and be compliant with referenced codes.

2.2Restore full monitoring of fire pump and sprinkler functions at fire detection/alarm panel.

2.3The serviced fire pump and sprinkler system shall operate in accordance with NFPA 13, 25 and 72 as well as the original design intent at installation.

3.0GENERAL

4.0

5.0REQUIREMENTS

3.1All flow tests are to be performed at system designated test points/valves.

3.2The Contractor shall provide all maintenance and testing services necessary to meet objectives shown in 2.0 above.

SPRINKLER/STANDPIPE SYSTEM MAINTENANCE REQUIREMENT CHART:

DEVICE / ANNUAL
All fire system valves including hydrants & yard sectional valves / Exercise
Flow alarm devices / Flow Test
Gauges / Inspect
Sprinkler heads / Inspect
Main Drain: control assembly or valve / Flow Test; record static and resid. pressures
Dry System low point drain / Inspect
Hi-Lo pressure alarm / Test
Tamper switches / Test
Standpipe hose valves / Flow test-exercise

DRY & PRE-ACTION SPRINKLER SYSTEMS:

DEVICE / ANNUAL
Valve priming water level / Inspect
Low air pressure switch / Test
Heat monitor of valve room enclosure / Test
P/A: Full flow trip test / Flow Test
Dry: Full flow trip test / 3 Years
Pressure relief valve / Inspect

DIESEL FIRE PUMP MAINTENANCE REQUIREMENT CHART:

DEVICE / ANNUAL
Fire Pump (pressure start) / Flow Test, Plot Curve Points
Pressure relief valve / Inspect
Coupling alignment / Inspect
Lubricate pump bearings / As Needed
Fuel level / Inspect
Spills, vents / Inspect
Operate manual start / Flow Test
Engine oil / Inspect
Engine oil/filter / Change
Heat exchanger water flow / Inspect
Start/stop pressure setting / Inspect
Engine exhaust / Inspect
Pump house heat/ventilation functional? / Exercise
Battery / Inspect
Pump Room drains / Inspect

WATER TANKS:

DEVICE / ANNUAL
Silt in tank / Inspect
Water level / Inspect
Water temperature above 40F / Inspect
Valves / Exercise
Tank Interior / 5 Years

FIRE ALARM:

DEVICE / ANNUAL
Smoke Detectors / Test
Heat Detectors / Test
Beam Detectors / Test
Pull Stations / Test
Duct Smoke Detectors / Test
Water flow Switch / Test
Dry Pipe Valves
Hi/Lo Pressure Switch / Test
Tamper Switch / Test
Strobes/Horns / Test

Smoke Detectors:

a)All detectors shall be tested with a listed spray test smoke.

b)All detectors shall be tested in all areas accessible to the contractor.

c)Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc).

Heat Detector:

d)All restorable heat detectors shall be tested utilizing a heat gun (on low setting) or a hair dryer.

e)Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc).

f)Non-restorable heat detectors SHALL NOT be tested using a heat source.

Pull Station:

g)All pull stations shall be tested and re-set.

h)Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc).

Beam Detector (in building so equipped):

i)The beam detector shall be tested using the manufacturer’s obscuration screen or equivalent.

j)Test detector for total blockage of beam (trouble).

Flow-switch (building equipped with sprinklers only):

k)The Contractor shall activate each flow switch utilizing the inspector’s test valve.

l)Time delay of alarm activation shall not exceed 90 seconds.

Tamper Switch (building equipped with sprinklers only):

m) Each system valve tamper switch shall be tested by partially closing the valve to initiate a tamper signal, locking in the nearby monitor module.

Dry Valve (building equipped with sprinklers only):

n) Test pressure switch using the inspectors test located on valve.

Alarm Devices:

m)All sprinkler alarm devices shall be serviced per the table in section 3.0. Verify alarm panel device description/location for accuracy.

n)All sprinkler flow initiation devices shall alarm within 90 seconds.

Tamper Switch:

a)Switch shall give immediate activation of supervisory signal at the fire alarm panel.

System Checks:

a)No visible water leaks or standing water (clogged drains).

b)Record all test data, static pressures, residual pressures

c)Fire pump test shall not activate general alarm (denotes system pressure problems).

d)During weekly pump runs: verify fire pump and jockey pump start and stop pressures.

e)Jockey pump stop pressure shall be equal to or higher than fire pump churn (zero flow) pressure. Jockey pump run cycles should be no more than 10 runs within a 24hr period.

Dry Sprinkler Valves:

o)All systems must be drained for a minimum of 4 hours following a valve trip test.

p)Inspect for excessive compressor run.

q)Check for proper system air pressure per manufacturer’s cut sheet

3.3All parts and materials will be government furnished equipment (GFE). See lists for furnished materials (Attachment C).

a)The Contractor shall provide all tools necessary to perform the work as specified in this SOW.

3.4The Contractor shall be responsible for removal and replacement of all ceiling tiles affected by the work. Contractor shall dispose of any unused pipe, excess materials or other construction debris.

3.5Project Manager: Shall have a minimum of 2 years working experience with OBO projects and will be familiar with the requirements and procedures needed to produce a quality project for post and OBO/FIR division. – Proposed project manger’s resume shall be included in the bid documents.

3.6Fire Pump Certified Representative: Contractor personnel conducting fire pump work and/or testing shall be qualified and fire pump certified by the pump manufacturer. (fire pump located on post if US domestic fire pump – for foreign fire pump technician shall have min 5 years’ experience) – Copies of the certification(s) shall be included in the bid documents.

3.7Fire Alarm Technicians: Contractor personnel conducting fire alarm system work and/or testing shall be qualified and experienced in accordance with Section 4.3.3 of NFPA 72, National Fire Alarm Code and a minimum of NICET Level II certified. Copies of the certification(s) shall be included in the bid documents.

3.8Automatic Sprinkler Technicians: Contractor personnel conducting automatic sprinkler and testing shall be qualified and experienced (min 5 yrs) and with NICET Inspection, Testing and Maintenance Level II – Copies of technician’s resume and certification shall be included in the bid documents submitted to post.

3.9Acceptance of Work. The Contractor shall provide certification that work was approved and accepted by the POC at post. The Contractor shall fill out the work order completion form (attachment D) showing work was completed as required in section 3.0 and 4.0 of this SOW and provide the form to the Post Facilities manager or his official representative. The contractor must submit validation that work was completed satisfactorily with request for payment.

3.10The Contractor shall coordinate all work and testing of systems with the POC at post.

3.11Contractor shall provide security and travel information to Post and copy OBO/OPS/FIR for personnel traveling to post for generation of the country clearance cable. Information shall be provided at least 14 days prior day of travel.

a)Full name.

b)Date of birth.

c)Place of Birth

d)Social security number.

e)Dates of visit.

f)Level of clearance.

g)Name of Company for third party contractors.

h)Flight Itinerary

i)State whether meet and assist at airport is needed.

j)State whether post is requested to arrange lodging/hotel accommodations.

k)State whether laptop, digital cameras or other electronics is needed for the task.

4.0PRICE SCHEDULE

4.1 Base Year: The Contractor shall provide the services shown below for the base period of the contract, starting on the date stated in the Notice to proceed and continuing for a period of 12 months. The fixed unit prices, estimated quantities, and ceiling for each category are:

Pricing
Line Item / Service / Regular Inspection / Annual Inspection / Annual Total
001 / Routine Scheduled Maintenance for the Fire Pump and Sprinkler System / N/A

4.2 Option Year 1: The Contractor shall provide the services shown below for Option Year 1, starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Pricing
Line Item / Service / Regular Inspection / Annual Inspection / Annual Total
002 / Routine Scheduled Maintenance for the Fire Pump and Sprinkler System / N/A

4.3 Option Year 2: The Contractor shall provide the services shown below for Option Year 2, starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Pricing
Line Item / Service / Regular Inspection / Annual Inspection / Annual Total
003 / Routine Scheduled Maintenance for the Fire Pump and Sprinkler System / N/A

4.4 Option Year 3: The Contractor shall provide the services shown below for Option Year 3, starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Pricing
Line Item / Service / Regular Inspection / Annual Inspection / Annual Total
004 / Routine Scheduled Maintenance for the Fire Pump and Sprinkler System / N/A

4.5 Option Year 4: The Contractor shall provide the services shown below for Option Year 4, starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Pricing
Line Item / Service / Regular Inspection / Annual Inspection / Annual Total
004 / Routine Scheduled Maintenance for the Fire Pump and Sprinkler System / N/A
Base Year Total
Option Year 1 Total
Option Year 2 Total
Option Year 3 Total
Option Year 4 Total
Grand Total of Base Year plus All Option Years

5.0ACOR AND POC AT POST

5.1All questions concerning the scope and requirements of the U.S. Embassy Cotonou, shall be directed to the ACOR (see below):

ACOR
Gamavo, Jonas

Telephone # +22997974723

5.2The Point of Contact (POC) will be the contractor’s contact at the U.S. Embassy Cotonou. The POC will assist and direct the contractor when scheduling work, obtaining approved local supplies, and liaison with Embassy personnel during the course of the Project. All questions concerning coordination of installation activities while at post shall be directed to the POC (see below):

POC at Post
Treleaven, David L

Facility Manager (FM)
Telephone # + 22997974753

6.0TASK ORDER PROPOSAL REQUEST

6.1The Contractor shall, within seven (7) calendar days of the receipt of a Task Order Proposal Request, submit to the CO, a proposal for the project. The cost shall be reimbursable for per diem and transportation based on actual costs submitted by the Contractor. Remaining costs shall be Firm Fixed Price. Site visit date will be established in the letter request for the site visit. Cost proposal shall include amounts for the following:

  1. The required number of labor hours by labor classification and labor rates.
  2. Travel, lodging and per diem rates in accordance with the Federal Travel Regulations/Joint Travel Regulation, and other similar costs.
  3. Airfare costs.
  4. Cost loading.
  5. Total proposed price.

6.2Contractor shall provide a project schedule showing (at minimum) start/completion dates for the project.

7.0.SECURITY CLEARANCES

7.1All Work under this contractor that are designated as non-CAA areas may be performed by un-cleared American or local workers.

7.2 However, all work done in CAA shall be performed by cleared American Construction personnel or by un-cleared persons under cleared American escort as needed to complete the services. All work in the PCC shall be completed by a cleared American. The Contractor shall work closely with the COR, the Post Facility Manager [FM] or the General Services Officer [GSO].