Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
SOLICITATION NOTICE

K -- REPAIR & MAINTAIN CHILLERS

Notice Date
5/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0086
 
Response Due
5/27/2003
 
Archive Date
6/11/2003
 
Point of Contact
Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816, - Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816,
 
E-Mail Address
willie.haney@bolling.af.mil, willie.haney@bolling.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0086. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. This is a HUBZONE set-aside. The North American Industry Classification System code is 811310 (formerly SIC code 7699) at $6 million size standard. LINE ITEMS: 0001 Preventative maintenance and repair for chiller 1&2 at the base utilities plane, building 18, QTY: 4/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. A complete price breakdown is required as part of your offer for each line item listed above. The breakdown shall include, as a minimum, the following: Direct cost (i.e., total material/equipment cost, including applicable taxes; total labor cost, including labor burden; and total working hours) and Indirect cost (i.e. total overhead and total profit). The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: FULL MAINTENANCE, AND REPAIR OF CHILLERS 1.SCOPE. The work covered by these specifications consists of safely operating and furnishing all labor, equipment, parts, supplies, transportation, materials to provide "full maintenance" for two (2), Dunham-Bush five hundred (500) ton chillers in the central chilled water plant. This includes but not limited to inspections and repairs. Chillers are located in building 18 on Bolling Air Force Base Washington, DC. All work shall be performed in accordance with the statement of work (SOW) which is incorporated into this solicitation by reference. The full text SOW will be available at the site visit and it shall be included with the resulting purchase order. Offerors may also request an electronic full text SOW by submitting an email request to donna.taylor@bolling.af.mil. 1.1. DESCRIPTION OF SERVICES. 1.1.1. Basic Services. The contractor shall provide full maintenance to include preventive maintenance inspections and all intervening service calls to maintain the designated equipment listed in appendix A of the statement of work. The contractor shall maintain chillers 1 and 2 in accordance with equipment's manufacturer's recommendations, and commercial practices. The contractor's plant maintenance procedures shall include safe start-up, control, operation, and shutdown. The contractor shall ensure, that the system produces the appropriate thermal demands and remains environmentally compliant during the production and distribution of chilled water. All equipment shall be maintained according to the appropriate craft and utility code, American National Standards Institute (ANSI), and the American Society of Heating, Refrigeration, and Air Conditioning Engineer (ASHERE) standards. 1.1.2 Full Preventive Maintenance Inspection (FPMI) Program. A Full Preventive Maintenance and Inspection Program shall be implemented to correct and prevent cooling and chilled water system discrepancies, prevent pressure ruptures and refrigerant emissions, and maximize the overall operating efficiency of the chillers #1 and #2. 1.1.2.1. Preventive Maintenance Reports. The contractor shall develop and submit to the Government a summary of preventive maintenance work and inspections completed during the month not later than the five (5) working days before the beginning of the next month. 1.2. INTERVENING SERVICE CALLS. Intervening service calls are defined as additional visits and services requested at any time other than regularly scheduled visits. 1.2.1. PARTS AND MATERIALS FOR INTERVENING SERVICE CALLS 1.2.1.1. The contractor is responsible for individual parts up to $300.00. The Government shall reimburse the difference in price to the contractor for those parts that exceed the amount of $300.00 used in repairing the equipment to be maintained under this contract. 1.2.2. LABOR FOR INTERVENING SERVICE CALLS ONLY 1.2.2.1. The Government shall reimburse the contractor for all labor hours used in repairing the equipment to be maintained under this contract during any intervening service call. 1.2.2.2. Labor charges will not apply for time spent by contractor personnel after arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts, etc., after a service has commenced. 1.2.3. WARRANTY: Warranties offered under this contract shall be the standard warranties offered to the general public. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: At the Government furnished facilities, utilities will be provided without charge to the contractor in connection with performance of this contract. These utilities include electricity, water and access to telephone services. 4. GENERAL INFORMATION. 4.1 QUALITY CONTROL. 4.1.1. Quality Control Program. The Contractor shall develop and maintain a complete Quality Control Program (QCP) to ensure the requirements of the contract, the central chilled water systems, are properly maintained in accordance with the contract, appropriate standards, product literature, utility code, and commercial practices. 4.1.2. Preventive Maintenance. The QCP shall include a preventive maintenance chart. The contractor shall develop and keep current a suitable maintenance check chart for each chiller. 4.2. QUALITY ASSURANCE. 4.2.1 The government shall evaluate the contractor's performance under this contract using the American National Standards Institute (ANSI), the American Society of Heating, Refrigeration, and Air Conditioning Engineer (ASHERE) standards, the contractor's technical proposal, and the contract. 4.3. QUALIFICATION OF CONTRACTOR/MECHANICS. 4.3.1.The contractor shall be regularly engaged in the installation and servicing of central chilled water system indicated in this contract. 4.3.2. Special Qualifications. The contractor and employees shall be current in handling R22 refrigerants. Contractor employees shall be Dunham & Bush trained mechanics. 4.4. HOURS OF OPERATION. 4.4.1. Normal Hours of Operation. The contractor shall perform the services required under this contract during the following hours; 0700-1630 Monday through Sunday, except for OPPM intervening service calls. (See para.1.3.) 4.4.2. Holidays Hours of operation. The contractor is not required to provide intervening services on the following days: New year's Day, Labor Day, Martin Luther King Jr. Birthday Columbus Day, President's Day, Veteran's Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day Inauguration Day 4.5. SECURITY REQUIREMENTS. 4.5.1. The contractor and its employees shall conform to all base regulations and directive pertaining to security safety, traffic, fire, and personnel clearances insofar as they pertain to the contractor 's activities on Bolling Air Force Base. 4.5.3. AF Form 75, Visitor/Vehicle Pass, will be issued by the Security Police, Pass and Identification Office, upon proof of employment, insurance, ownership of vehicle, and a valid drivers license. If for any reason an employee departs before the contract expires; e.g. terminated for causes, retirement, etc., the contractor shall retrieve all identification, including vehicle passes from the employees. 4.7. CONTRACTOR FURNISHED ITEMS & SERVICES 4.7.1. GENERAL INFORMATION: Except for those items or services specifically stated in paragraph 3 as government furnished, the contractor shall furnish everything necessary to perform this contract. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: ? A site visit will be conducted on 21 May 03 at 2:00 P. M. EST. We will meet at building 18. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Donna Taylor no later than noon, 20 May 03.? Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Heating, Refrigeration and Air Conditioning Mechanic, Monetary Wage-Fringe Benefits: WG-10, $20.44; Employee Class: Maintenance Trade Helper, Monetary Wage-Fringe Benefits: WG-5, $14.39. The incorporated Wage Determination 1994-2103, dated October 4, 2002, revision 28 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 27 May 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Donna Taylor, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7896, E-mail to donna.taylor@bolling.af.mil.
 
Place of Performance
Address: Building 18, Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00325888-W 20030518/030516213622 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.