Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
MODIFICATION

S -- Clean Kitchen Hood and Duct Systems

Notice Date
9/16/2003
 
Notice Type
Modification
 
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-0184
 
Response Due
9/26/2003
 
Point of Contact
Jamila Hodges, Contract Specialist, Phone 202-797-7963, Fax 202-767-7897, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
jamila.hodges@bolling.af.mil, valerie.gaines@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION 02: DUE TO IMPENDING BAD WEATHER, THE SITE VISIT HAS BEEN MOVED. THE NEW SITE VISIT INFORMATION IS ADDED HERETO. ALSO, NOTE THAT THE PROPOSAL DUE DATE HAS ALSO BEEN EXTENDED. 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) F49642-03-T-0184. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This is a small business set-aside. The North American Industry Classification System code is 561790 (formerly SIC code 7349) at $6 million size standard. LINE ITEM 0001: : Clean Ducts and Exhaust Hoods for Bldg 50; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the ten (10) Exhaust Hoods and Ducts over ranges, boilers, and grills in Building 50 (Officer?s Club) six (6) times throughout the year. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0002: Service Dryer Vents for Bldg 523; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vents behind the east wall in Building 523 (the Base Laundromat) six (6) times throughout the year. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0003: Clean Dryer Vents in Bldgs 15 and 38; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vents in Buildings 15 (Fitness Center) and 38 (Health and Wellness Center) twice a year. QTY: 2/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEMS 0004: Clean Ducts and Exhaust Hoods for Bldgs 370 & 371; The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean each Duct and Exhaust Hood located Buildings 370 and 371, annually QTY: 1/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0005: Clean Ducts and Exhaust Hoods for Bldg 1301; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the ten (10) Exhaust Hoods and Ducts over ranges, boilers, steam tables and grills located in Building 1301 (Base Dining Hall) monthly QTY: 12/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0006: Service Dryer Vent System in Bldg 1302; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vent systems located in the laundry rooms on floors one (1) through nine (9), in the north and south wings, located in Building 1302 (Blanchard Barracks) six (6) times throughout the year. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0007: Clean Ducts and Exhaust Hoods for Bldg 1310; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the Exhaust Hood and Duct over the grill and deep fryer located in Building 1310 (Base Bowling Alley) six (6) times throughout the. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0008: Clean Ducts and Exhaust Hoods for Bldg 2482; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the two (2) Exhaust Hoods and Duct over the grills and ranges located in Building 2482 (Slip Inn) quarterly. QTY: 4/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0009: Service Dryer Vent System in Bldg 3618; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vent systems located on the first and second floor of building 3618 (Temporary Lodging Facility) six (6) times throughout the year. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0010: ____ Service Dryer Vent Systems in Bldgs 3619 & 3620; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vent systems throughout each TLF Room located in buildings 3619 and 3620 of the (Temporary Lodging Facility), twice a year. QTY: 2/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0011: Service Dryer Vent System in Bldg 3621; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to service the dryer vent systems in the laundry rooms in building 3621 (Mathis Manor) twice a year. QTY: 2/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0012: Clean Ducts and Exhaust Hoods for Bldg 3623; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the two (2) Exhaust Hoods and Duct over the grill located in Building 3623 (Cheshire Dorm) three (3) times throughout the year. QTY: 3/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0013: Clean Duct and Exhaust Hoods for Bldgs 4455 & 4456; The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the Exhaust Hoods and Ducts over ranges, broilers, and grills located in the Child Development Center Buildings 4455 and 4456, six (6) times throughout the year. QTY: 6/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0014: Clean Ducts and Exhaust Hoods for Bldg 4500; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the two (2) Exhaust Hoods and Ducts over range grill and fryer located in Building 4500 (Burger King) monthly. QTY: 12/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM 0015: Clean Ducts and Exhaust Hoods for Bldg 4514; FFP - The contractor shall provide all plant, labor, equipment, supervision, materials, transportation, and perform all operations necessary to clean the two (2) Exhaust Hoods and Ducts over range and grill located in Building 4514 (Base Exchange Snack Bar) quarterly. QTY: 4/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: STATEMENT OF WORK FOR KITCHEN EXHAUST HOODS SYSTEMS AND DUCT SYSTEMS: 1. DESCRIPTION OF SERVICES. Contractor to furnish all plant, labor, equipment, materials and supplies to perform all operations necessary to thoroughly clean Kitchen Exhaust Hood Systems and Vent Duct Systems; at various buildings on Bolling AFB. Contractor shall perform all operations in accordance with NFPA Standard 96 and other local, state, and federal rules and procedures. Perform all work in strict accordance with the highest safety standards and applicable codes in order to eliminate the possibility of damage to installed machinery, equipment, and building structures. 1.1. CLEANING. Contractor shall remove all grease kitchen exhaust and hoods systems. All surfaces shall be cleaned by either of the following method: hand scraping, scrubbing, brushing, air agitation, vacuum cleaning, etc. 1.2. Contractor shall label all hoods filters and ducts. Labels shall show date, contractor?s name and the time of cleaning, in accordance with the National Fire Protection Agency ? National Fire Code Regulations and applicable clauses and specifications. The services shall include complete cleanup of the work area, leaving no debris or equipment. The contractor shall perform the following services in accordance with the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) safety guidelines. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will furnish water, electricity for the performance of this contract. 3. GENERAL INFORMATION. 3.1. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. 3.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms, and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. HOURS OF OPERATION. Normal Hours of operations are Monday through Friday, from 7:00 AM to 4:00 PM. 3.4. RECOGNIZED HOLIDAYS. The following is a list of recognized Federal holidays. The contractor is not required to provide service on these days; New Year?s Day, Martin Luther King Jr?s Birthday, Inauguration Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. 3.6. SECURITY REQUIREMENTS. 3.6.1. Base Access. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, request for Visitor/Vehicle Pass, and DD Form 1172, Application for Uniformed Services Identification Card, and submit it through the Contracting Officer to the Security Forces and Pass and Registration. Vehicle registration, proof of insurance and valid drivers license must be presented for all vehicles to be registered. 3.6.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor?s use. All government facilities, equipment, and materials shall be secured. The contractor shall be responsible for placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards (OHSA). 3.7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall perform all services under this contract during a national crisis according to the Department of Defense Instruction (DODI) 3020.37. 3.8. CONTRACTOR ? FURNISHED ITEMS AND SERVICES. 3.8.1. Except for those items and services specifically stated in Government Furnished Property and services, paragraph 3, the contractor shall furnish everything needed to perform this contract according to all its terms. 3.8.2. The contractor shall provide a planned work schedule to the QA for approval no later than 10 calendar days after contract award. The contractor shall submit service tickets to the QA on all hood, duct, and exhaust system. 3.9. CONTRACTOR PERSONNEL. 3.9.1. Personnel Manager. The contractor shall provide a project manager or person who shall be responsible for the competent performance of the work, and shall have full authority to act for the contractor. The personnel manager shall also be able to read, write, speak, and understand English. The contractor shall provide a manager who shall be responsible for the performance of the work. The name of this person and an alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer before the contract start date and updated as necessary. Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The personnel manager, alternate(s) must be able to read, write, speak, and understand English. 3.9.2. EMPLOYEES. Contact personnel shall present a neat appearance and be easily recognized while on base. This may be accomplished by wearing appropriate badges, which contain the company name and employee name. The contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the contractor?s expense. The abrupt absence of contractor at any time shall not constitute an excuse for nonperformance under this contract. The contractor shall not employ persons for work on this installation if such employee is identified to the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Identification shall be worn or attached to other garment at all times. The contractor shall provide the contractor officer al list of personnel working personnel working under this statement of work (SOW) before contract start date. 3.9.3. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force Base regulations concerning conduct of personnel. 3.10. WARRANTIES. Upon completion of the work, and before final payment, the Contractor shall submit a Guarantee of his work to be free from defect in workmanship. 3.11. ENVIRONMENTAL CONTROLS. Compliance with Laws and Regulations. The contractor shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, permits, DOD, Air Force and base environmental requirements and instructions. The contractor shall ensure that all subcontractors comply with the same. The contractor shall ensure policies and procedures are established that protect the safety and health of employees and the community to minimize or eliminate the risk of environmental pollution. If the contractor spill or release any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the Environmental Coordinator at 202-767-8600, in accordance procedures. The contractor shall notify the primary QA personnel or in his absence the alternate QA personnel. The contractor shall be liable for containment and environmental clean up of the spill or release of such substance. If spillage creates contaminated soil, the contractor shall at his own expense, remove the contaminated soil, properly dispose of the soil and replace it with uncontaminated topsoil and restore the grounds to their original condition. The contractor shall not dispose of contaminated soil or any hazardous materials on Bolling Air Force Base. 4. COORDINATION: Contractor shall contact (QA) personnel at Bldg 370 & 371 767-1090 prior to start of work. 5. Estimated Workload Data. Building 50, Officer?s Club ? Four hoods and ducts over ranges, broilers, and grills ? 6 times a year. Building 523, Base Laundromat ? dryer vents behind east wall shall be serviced six times a year. Buildings 15 & 38, Fitness Center and Health and Wellness Center dryer vents ? twice a year. Buildings 370 & 371, Clean Duct and Exhaust hood once annually. Building 1301, Base Dining Hall ? Ten hoods and ducts over ranges, boilers, steam tables and grills, monthly. Building 1302, Blanchard Barracks ? Laundry rooms first through ninth floors, north and south wings, dryer vent system ? 6 times a year. Building 1310, Base Bowling Lanes ? One hood and duct over grill, deep fryer ? 6 times a year. Building 2482, Slip Inn ? Two hoods and ducts over ranges, and grills quarterly. Building 3618, Temporary Lodging Facility ? First and second floor dryer vent systems ? 6 times a year. Buildings 3619 & 3620, Dryer vents only throughout each TLF rooms, all floors, dryer vent systems ? twice a year. Building 3621, Mathis Manor ? Laundry rooms, ground floor, dryer vent systems ? twice a year. Building 3623, Cheshire Dorm ? Two hoods and duct over grill ? 3 times a year. Buildings 4455 & 4456, Child Development Center ? Clean duct and Exhaust Hood over ranges, broilers and grills - 6 times a year. Building 4500, Burger King - Two hoods and ducts over range grill and fryer monthly. Building 4514, Base BX Snack Bar ? Two Hoods and duct over range and grill quarterly. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. 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 follows: 52.222-25, 52.222-25, 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. ADD PARAGRAPH (K) INSTRUCTIONS FOR PROPOSAL PREPERATION. A SITE VISIT WILL BE CONDUCTED ON MONDAY 22 SEPTEMBER 2003 AT 10:00 AM EST AT THE 11TH CONTRACTING SQUADRON, BLDG 5681, 2ND FLOOR, BOLLING AFB, DC. ATTENDEES MUST ENTER BOLLING AFB THROUGH THE SOUTH GATE OFF OF INTERSTATE 295 TO BE PROCESSED AT THE VISITOR?S CENTER. (NOTE: IT WILL TAKE APPROX 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE ARRIVE AT THE VISITOR CENTER NO LATER THAN 9:00 AM THAT MORNING) ATTENDEES MUST HAVE A PICTURE ID, VEHICLE REGISTRATION, AND PROOF OF VEHICLE INSURANCE IN THEIR POSSESSION. EACH OFFEROR MAY SEND UP TO TWO (2) REPRESENTATIVES. FOR SECURITY REASONS, OFFEROR MUST SUBMIT FULL NAME AND SOCIAL SECURITY NUMBER OF EACH REPRESENTATIVE TO 1LT JAMILA HODGES AT 202-767-7963 AND TSGT CRAIG MOFFETT AT 202-404-6542 OR EMAIL AT JAMILA.HODGES@BOLLIMG.AF.MIL & CRAIG.MOFFETT@BOLLING.AF.MIL, NO LATER THAN 17 SEP 03, 4:00 P.M. EST. IF THERE ARE ANY QUESTIONS AFTER THE SITE VISIT, THEY MUST BE SUBMITTED IN WRITING BY 4:00 P.M. EST, 23 SEP 03 IN ORDER TO BE ANSWERED PRIOR TO PROPOSAL DUE DATE. The point of contact for this project is 11th Civil Engineering Squadron QA, TSgt Moffett at (202) 404-6542. Offerors 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: 52.219-6, 52.232-18, 52.232-33, 52.233-3, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.243-7001, 252.247-7023 Alt III, 5352.223-9001 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: 52.222-3, 52.222-21, 52.222-26, 52.222.36, 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, $21.28; Employee Class: Ventilation Equipment Tender, Monetary Wage-Fringe Benefits: WG-5, $14.97. The incorporated Wage Determination 1994-2103, dated June 03, 2003, revision 30 is applicable. The web site is http://www.ceals.usace.army.mil/. ALL RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 PM EST ON 26 Sep 03 TO 11TH CONS/LGCF, 110 LUKE AVE, STE 200, 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 2Lt Jamila Hodges, Contract Specialist, Phone (202) 767-7963, FAX (202) 767-7897, E-mail to jamila.hodges@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, Washington DC
Zip Code: 20032
Country: USA
 
Record
SN00435590-W 20030918/030916213257 (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.