Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOLICITATION NOTICE

41 -- ARMY GOVERNMENT BUILDING HVAC SERVICE AND CLEANING SERVICES

Notice Date
5/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, North Region Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
DABJ01-03-Q-0016
 
Archive Date
7/19/2003
 
Point of Contact
Shelley Thomas, 913-684-1628
 
E-Mail Address
Email your questions to ACA, North Region Contracting Center
(thomass@leavenworth.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 t he only solicitation; Quotations are being requested and a written solicitation will not be issued. This solicitation, DABJ01-03-Q-0016, is issued as a Request for Quotation RFQ, 100% Set-Aside for Small Business. The solicitation document and incorporate d provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 561790 and small business set-aside size standard applicable to this procurement of $6 million. This acquisition is a Total Small Business Set-Aside. The Directorate of Contracting, DOC, Ft. Leavenworth, KS has a requirement for HVAC Air Duct Cleaning Services for four Government Buildings located on Ft. Leavenworth, KS. The work consists of furnishing all plant, labor, equipment, and materials to perform all work necessary to perform air duct cleaning to the HVAC ductwork systems. The following principal features for cleaning the heating ventilating and air conditioning ductwork, but is not inclusive t o: a. Clean all ductwork to include air handlers out to outlets. This is to include washing of all grilles, registers, diffusers and vents. Dust protection needs to be provided on outlets as ductwork is cleaned to protect building and furnishings. Clea n immediate wall and ceiling surfaces around grilles, registers, diffusers and vents; b. Replace air filters in air handlers. The Contractor shall make every effort to avoid damage to buildings and personal and/or private property. Electronic copies of the Statement of Work, SOW and building designs are available upon request to lovelact@leavenworth.army.mil. A Site Visit is scheduled for 13 May 2003 at 10:00 A.M., CST, and interested parties must email prior to 12:00 PM, 12 May 2003 for attendance sche duling and additional information to be provided. The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with F ederal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with work to begin 01 June 2003 or date of award and to be completed within sixty calendar days upon receipt of contract award. Accep tance is by the Directorate of Installation Support, Ft. Leavenworth, KS. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: 1. Cost proposal which shows each individual building, proposed unit cost, total cost per item, and total price for all items; 2. supporting information for proposed services that demonstrates they understand the specifics stated in the SOW; 3. Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items MAY 2002, and Alternate I APR 2002; 4. Contractor?s Duns and Bradstreet, DUNS number; 5. Contractor?s Cage Code; and 6. An affirmation that it has an active registration on the Central Contractor Regis tration, CCR, which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors ? Commercial Items OCT 2000; FAR 52.212-4 Contract Terms and Conditions ? Commercial Ite ms FEB 2002; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items MAY 2002 applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies DEC 2001; FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies DEC 2001; FAR 52.22 2-21, Prohibition of Segregated Facilities FEB 1999; FAR 52.222-26, Equal Opportunity APR 2002; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001; 52.222-36, Affirmative Action for Workers With Disabilities JUN 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001; FAR 52.225-13, Restrictions on Certain Foreign Purchases JUL 2000; FAR 52.232-33, Pa yment by Electronic Funds Transfer?Central Contractor Registration MAY 1999; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 Notice of Total Small Business Set-Aside JUL 1996; FAR 52.233-3 Protest After Award AUG 1996; FAR 52.237-2 Protection of Govern ment Buildings, Equipment, and Vegetation APR 1984; DFARS 252.204-7004, Required Central Contractor?s Registration NOV 2001; Local Clause 52.217-4087 Basis of Award ? All or None. The following Ft. Leavenworth, KS local clauses are applicable: 52.217-408 1 Safety and Accident Prevention - In performing work under this contract the Contractor shall a. Conform to the specific safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern relate d activities not directly addressed in this contract; c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and d. Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes. 52.217-4095 Compliance with Environmental and Occupational Safety and Health Laws a. Th e Contractor understands the responsibility for compliance with federal, state, and local laws, rules, and regulations pertaining to environmental protection, occupational health and safety, and transportation, storage, and disposal of hazardous materials and hazardous waste is the sole responsibility of the contractor. This shall include, but not be limited to: all responsibilities of an owner or operator of all equipment used by the Contractor and of the areas in which work is being done from the time w hen the Contractor begins work until the work is accepted and the worksite cleaned up and cleared, and the sole responsibility for compliance with all Army regulations pertaining to hauling and disposal of materials, as well as all federal and Kansas laws and local ordinances regulating the hauling and disposal of hazardous materials and hazardous waste. This clause is meant to supplement, not replace, any requirements pertaining to compliance with the law or safety requirements contained elsewhere in this contract. b. The Contractor shall be solely responsible for all costs of compliance with all such laws, rules, and regulations, to include all training of personnel, submission of permit and license applications, p urchases of materials, payment of applicable fees and taxes, and payment of fines and penalties for noncompliance. The U.S. Government shall not pay fines or penalties resulting from noncompliance, and shall not pay fees required to maintain and process r equired records or permit applications necessary to perform this contract. Should the Government choose to do so, it may, but does not have to, correct violations of environmental and occupational and safety laws which the Contractor fails to correct afte r reasonable notice; if the Government chooses to correct the violations, as apposed to having the Contractor do so, the Contractor shall reimburse to the Government all direct and indirect costs of correcting the violations. c. The Contractor understand s that compliance with all environmental and occupational safety and health laws is a part of this contract to which the Government is entitled to strict compliance . The Contractor understands it has no authority to dispose of government waste in absence of the necessary regulatory authorizations. The Contractor further agrees to notify the Government if the Contractor is 1. cited as being in violation of federal, state, or local waste disposal regulations; or 2. loses its authority to haul or dispose of waste under federal or state laws. Delays caused by the Contractor's need to comply with such laws, or resulting from failure to comply with such laws, shall not r esult in any equitable adjustments or claims under this contract nor excuse the Contractor's obligation to complete the work under the contract. d. The Contractor shall notify the Contracting Officer immediately upon discovery of exposure to lead, other hazardous wast e or substances, or asbestos to the air, land, or water in any location in which the Contractor is required by law to report the exposure to a regulatory agency. In the event that such exposure is the result of any action of the Contractor, the Contractor will cease work immediately and notify the Contracting Officer. The Contractor understands that there will be no equitable adjustment for time lost or expenses incurred as a result of the need to correct any such exposure which is the result of negligent or intentional acts of Contractor personnel. e. The Contracting Officer or a designated Contracting Officer's Representative shall be allowed access to Contractor files and Contractor's personnel files as they see fit to ensure compliance with this clause. All regulatory agencies, from any level of government, whose responsibilities includes inspection and appropriate other action shall be allowed to inspect the worksite to the extent necessary to carry out their responsibilities. A copy of this clause, without changes, shall be inserted into any subcontracts. Performance of the subcontractor, to include compliance with this clause, shall be the resp onsibility of the Contractor. The Installation Safety Officer will be responsible for monitoring the Contractor in the area of safety and accident prevention. 52.217-4600 Restricted Access to Military Installation - A. The work to be performed under th is contract is located on the Fort Leavenworth military installation. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search procedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. B. The Contractor may be resp onsible for furnishing to each employee, and for requiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. C. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employee?s private vehicle brought onto the installation. To register a vehicle, the operator will be required to provide proof of vehicle registration, driver?s license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. D. Prior to vehicle registration, contractors shall provide a roster of all employees? names who will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the PMO. That roster shall be subsequently updated b y the contractor as changes occur and provided to the Contracting Officer and to the PMO. All interested, responsible firms should submit quotes, Original Plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2, no l ater than 2:00 P.M. CST, 20 May 2003, to the following address: Attn: Tonya Lovelace, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this quotation should be directed to Tonya Lovelace, 91 3-684-1619 or email lovelact@leavenworth.army.mil . Faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://www.arnet.gov/far/. Please note that any amendments to this Solicitation shall be processed in the same mann er as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items for found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contrac tors must be registered in the Central Contractor?s Registration database, www.ccr.gov, prior to the award of any Government Contract.
 
Place of Performance
Address: Directorate of Installation Support and Services ,various buildings Fort Leavenworth KS
Zip Code: 66027
Country: US
 
Record
SN00316132-W 20030503/030502073836 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.