Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
MODIFICATION

41 -- Procurement of non-personal services to clean/repair AHUs 7 and 9, and ductwork in Bldg 301 on Robins AFB GA IAW SOW.

Notice Date
5/13/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09650-03-Q-0076
 
Response Due
5/27/2003
 
Archive Date
6/11/2003
 
Point of Contact
Peter Wynkoop, Contract Specialist, Phone (478)926-3438, Fax (478)926-3590,
 
E-Mail Address
Peter.Wynkoop@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote No. F09650-03-Q-0076. This acquisition will be solicited as a small business set-aside. NAICS Code: 561790 Place of Performance/FOB: Robins AFB, GA. Period of Performance: Non-federal holiday weekends only. SERVICE REQUIREMENTS: Procurement of non-personal services to clean/repair AHUs 7 and 9, and ductwork in Bldg 301 on Robins AFB GA IAW the attached SOW. The following clauses apply and may be accessed at http://farsite.hill.af.mil 52.212-1 ? Instructions to Offerors ? Commercial; 52.212-2 ? Evaluation ?Commercial Items-Price and only price related factors; all or none; 52.212-3 ? Offeror Representations and Certifications ? Commercial Items; 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 52.222-48-Exemption from Service Contract Act Provisions 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration 252.204-7004 ? Required Central Contractor Registration 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items; 252.212-7001 ? Contract terms and Conditions Required to Implement Statues or Executive Orders; checked clause is 252.219-7003 5352.242-9000-Contractor Access to Air Force Installation Numbered Note 01 applies. RESPONSE TIME: Site visit 20 May 2003 0900 hours EDT. Please contact Pete Wynkoop no later than 19 May 2003 at 1400 hours EDT with the number of persons from your company to attend the site visit. Quotes are due: 27 May 2003. Request for Quotes may be faxed to (478) 926-3590 ATTN: Peter Wynkoop/PKOS or E-Mailed to: Peter.Wynkoop@robins.af.mil BUYER: Peter Wynkoop, (478)926-3438 ********************************************************************* Statement of Work for Service Contract 9-May-2003 Title: Clean and sanitize supply and return ductwork in building 301 Project # 030175 This statement of work will only be for air handler?s number 7 located in the basement on the Northwest wing and number 9 located on the second floor of the Northwest wing. The contractor shall clean and sanitize air handler?s number 7 and 9 to include the complete supply and return ductwork, and all supply and return grills connected to these air handlers in building 301. The contractor shall replace all flex ductwork and all broken/inoperative supply air diffusers. Contractor shall purchase and install supply air diffusers similar to the one removed; similar means the diffuser should look and operate the same as the others in the area. The contractor shall also move supply air diffusers from over modular walls to either the hall or the office space as shown on the drawings. However, no diffuser shall be moved to a position that will cause the flex ductwork to be any longer than 8 feet. If this is the case than move the diffuser from over the wall to a location that does not extend the flex ductwork beyond the 8 feet. Install the removed ceiling tile into the old location of the diffuser. All flex ductwork must NOT be pulled tight, but have enough slack that the diffuser may be moved one grid in any direction and still have some sag and/or slack. The contractor shall clean all heating/cooling coils and treat drain pans with algaecide after cleaning to prevent clogging. The contractor shall replace all air filters and adhere to the HVAC cleaning and decontamination specifications that follow: HVAC CLEANING/DECONTAMINATION SPECIFICATIONS FOR BUILDING 301. 1. General 1.1. The contractor shall hold a Georgia State Conditioned Air Contractors, Class II unrestricted license. 1.2 The contractor shall be a current member in good standing of a United States nationally recognized association for mechanical HVAC system cleaning of air ducts such as the National Air Duct Cleaners Association (NADCA) or Association of Specialist in Cleaning and Restoration (ASCR). 1.3 The project shall be supervised at all times by a person who has been certified by their association as an Air Systems Cleaning Specialist (ASCS). 2. Description of Work: The work in this section includes the removal of dirt, bacteria, fungi, dust, and debris that have accumulated inside the ducts and the HVAC equipment in the areas specified by the Statement of Work. 2.1. Removal and disposal of visible dirt, debris, and other contaminates. 2.2. Cleaning and decontamination of all supply and return ductwork, diffusers, grilles, and registers. 2.3. Chemical pressure washing and decontamination of all heating and cooling coils. 2.4. Cleaning and decontamination of dampers, supply air fans, VAV boxes and other components of the systems designated. 2.5. Apply biocide/sanitizer treatment as deemed necessary. 3. Materials 3.1. Pre-manufacture sheet metal patches that are cross broke, and predrilled. 3.2. Pre-manufacture access patch (same as above) with pinned/glued liner that has been coated with mechanical insulation repair coating and has a gasket. 3.3. Pre-manufacture access door with locking seal. 3.4. Caulk: Use a silicone-based product specifically rated for sealing ductwork. 3.5. Airtight plugs. 3.6. A chemical for cleaning coils, dampers, and fans. 3.7. Chemicals for biocide/sanitizing treatments. 4. Equipment 4.1. The cleaning equipment shall be a commercial grade vacuum cleaner especially constructed for cleaning ductwork. The equipment shall be tested and operated in accordance with ASHRE 52.1. Other power and hand cleaning equipment shall be certified/labeled as industrial items that are normally associated with the duct cleaning trade. 4.2. HEPA filtration on all indoor wet/dry vacuums. 4.3. Electrical or gas powered air compressor capable of providing a minimum of 160 psi at 16 cfm. 5. Work Area Preparation 5.1. Protect all furnishings, equipment, etc., in the work area with polyethylene or equivalent. 5.2. Seal off ends and openings of any ductwork not being immediately worked on. 5.3. Suitably support and brace any ductwork, which will be entered by personnel for decontamination, if deemed necessary by cleaning contractor. 6. Cleaning and Decontamination of Ducts 6.1. Small ducts are those, which are not accessible to personnel to enter for cleaning purposes. 6.2. The vacuum cleaning method shall be used in these areas as specified. 6.3. The vacuum cleaning method: 6.3.1. As necessary, provide within the ductwork protective seals of any areas downstream from receiving particulate during the installation of access points. 6.3.2. Existing exterior duct insulation and ductwork shall be neatly cut, as required, in order to provide access to facilitate cleaning of the ductwork and components. No access opening shall be larger than 22?x22?. 6.3.3. Install the vacuum unit at a predetermined location and clean the section of ductwork necessary. Large ducts can be hand vacuumed or power brushed and air washed as deemed necessary. Pre-vacuum diffusers, grilles, and registers in affected ductwork. If necessary, remove chemically wash/clean, and reset. Isolate equipment, which generates noise from occupied areas. 6.3.4. At the completion of each installation of the vacuum unit, notify the Engineer?s on-site representative for a visual inspection of the cleaned ductwork. Re-clean if necessary. 6.3.5. If necessary, apply Biocide/sanitizer treatment. Apply biocide/sanitizer treatment under negative pressure and follow procedures outlined by the manufacture or methods approved by the Engineer. At the completion of the application, notify the Engineer?s on-site Representative for final visual inspection. 6.3.6. Upon approval of Engineer?s representative, neatly patch ductwork in such a manner to prevent any air leakage. Seal access openings with galvanized sheet metal of the same gauge as existing ductwork, overlapping the opening, zip-screw into place, and silicone seal or gasket at the seams. Cap all 1? holes with airtight plugs. 7. Cleaning Fan, Damper, Coil Units, and VAV Boxes 7.1. Chemically clean and wash all coils, dampers, and fan units. 7.2. Prepare work area, adjacent equipment, and surfaces with polyethylene sheeting or equivalent. 7.3. Poly and tape all surfaces. 7.4. HEPA vacuum all surfaces, including internal insulation. 7.5. On metal surfaces, apply cleaning solution to surface, hand scrub, and rinse with pressure washer. 7.6. Start with ceiling, coils, condensate pans, fans inside, fan outside, wall (top to bottom), and floor. 7.7. Once the cleaned surfaces have dried, a visual inspection by the Engineer?s on-site representative will be performed. SITE VISIT: The Government will request a site visit for initial contractor scoping and identification of work. The contractor is expected to make a thorough investigation of the site, field verify measurements and conditions, and ask for clarification of any ambiguous requirements. SCHEDULING WORK Work Hours: Contractor shall work weekends only, Saturday and Sunday 0730 to 1630 hours. Project requestor, Jeneane Daniels @ 926-0846 in LKS section shall be point-of-contact for building access and escorts. All work shall cease and job site shall be cleaned by 0700 hours Monday morning. No work shall be done on federal holidays that fall on or in conjunction with a weekend. The following days are noted as federal holidays: New Year?s Day, Martin Luther King Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day, and Christmas Day. DELIVERY OF MATERIALS AND EQUIPMENT: Coordinate delivery of materials and equipment to minimize interference to Government operations and personnel. WELDING/BURNING PERMIT: The contractor shall obtain a welding permit from the base fire department each time prior to performing any welding job. A state-certified welder must accomplish all welding work. CONTRACTOR/SUBCONTRACTOR CONDUCT: The contractor is responsible for all actions of representatives, employees and subcontractors, including their representatives/employees. Once a DO commences, the contractor shall ensure that a fully manned crew is employed full-time on the construction site until construction is complete. Under no circumstances will the contractor have his crew stop work unless he is directed to do so by the CO or his/her designated representative. If for any reason the contractor must stop work, he shall request in writing to the CO or his/her representative for approval. GOVERNMENT EQUIPMENT/MATERIALS ON SITE: The contractor shall cover equipment that is to remain in place within the area of contract operations and protect it against damage or loss. Store equipment that is removed in performance of work where directed or reuse in work as required by this SOW and/or drawings. Equipment temporarily removed shall be protected, cleaned, and replaced equal to or better than its condition prior to starting work. Security for equipment or material that is to be reused and is removed for temporary storage shall be the sole responsibility of the contractor. OFF-BASE DISPOSAL: Unless otherwise indicated in the DO, all materials and equipment removed and not shown to be reinstalled or salvaged and turned over to the Government shall become the property of the contractor. Examples of items to be turned in are fixtures, appliances, motors, heating units, cooling unit, etc. These examples are a guide for turn-in, but in no way limit the contract with respect to the extent of the turn-in. The contractor shall dispose of all items not retained by the Government off Robins AFB. Contractor shall dispose of all items not retained by the government in accordance to federal, state, and local regulations. CONTRACTOR?S CAUSED DAMAGE REQUIREMENTS: It shall be the responsibility of the contractor to repair, replace, or restore any damage resulting from the actions of themselves or their subcontractors. CONTRACTOR?S EXPENSE: Any damage to occupant and/or Government owned utilities, land resources (including landscaping), water resources, communication lines, furnishings, equipment, etc., caused by the contractor, his/her employees, or his/her subcontractor?s employees, shall be repaired by the contractor to its original condition at no additional cost to the Government. EQUIPMENT ON THE SITE: The contractor?s equipment and vehicles to be used on base shall be safe and in good condition. The Contracting Officer, or designated representative, reserves the right to inspect any on base equipment and reject such equipment if he/she considers it unsafe, in poor operating condition, or inappropriate for work. The contractor must notify the CO of any contractor equipment that is inoperable on any government installation road. Every effort should be made to relocate equipment to the nearest parking lot before leaving it. CONTRACTOR RESPONSIBILITY: The contractor shall assume full responsibility and liabilities for compliance with the applicable regulations for the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on his/her part or that of his/her employees or subcontractors, which results in illness, injury, or death. VEHICLE MARKING: Each contractor or subcontractor vehicle shall be clearly marked with the name of the company on the door. This marking shall be magnetic, painted, or decal. The marking shall be legible from a distance of 50 feet. CONTRACTOR BASE ACCESS: Contractor and his/her employees must have their own contractor badge to gain entrance onto Robins AFB. Contracting Officer shall coordinate the necessary forms for the contractor and/or each employee to obtain a contractor badge. STORAGE AND PROTECTION: Contractor shall be responsible to the protection of all of his materials, equipment, and waste, whether incorporated into the job or not. All liquid materials and waste must be stored so that any spills or leaks will be contained and will not mix with incompatible materials. No liquid waste shall be discharged to the storm or sanitary sewers.
 
Place of Performance
Address: WARNER ROBINS AIR LOGISTICS CENTER, ROBINS AFB GA
Zip Code: 31098
Country: United States
 
Record
SN00323129-W 20030515/030513213532 (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.