Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

99 -- This is a combined synopsis/solicitation for a commercial service for Power Vac Boilers at Ft Lewis, WA. Please submit quote by June 10, 2004 4:00pm PST. POC email address jacqueline.edgerton@lewis.army.mil

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-04-T-0039
 
Response Due
6/10/2004
 
Archive Date
8/9/2004
 
Point of Contact
JACQUELINE EDGERTON, 253-966-3481
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(jacqueline.edgerton@lewis.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-04-T-0039 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The requirement is small business set-aside with a NAICS Code of 238220, SIC Code 1711, and size standard of 6 mil. The description of the commercial service is as follows: Statement of Work STATEMENT OF WORK FOR POWER VACUUMING BOILERS AT FORT LEWIS, WA 1. Description of Work: Provide all plant, labor, tools, equipment, materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the specifications and plans required for Power Vacuuming Boilers at Fort L ewis, WA. Hours of operation shall be normal duty hours, 7:00 A.M. to 4:00 P.M. Monday through Friday excluding Federal holidays. Additional hours of weekend work will be approved by the Contracting Officer. 1.1. Area Description: Power vacuuming of boilers at Fort Lewis, WA will be in Appendix #1. The 131 boilers to be power vacuumed consist of steam and hot water types will be identified by manufacture and type. Building numbers where boilers are to be powe r vacuumed will be in Appendix #1. 1.2. Clean and remove by power vacuuming and brushing, scraping, wiping, blowing with compressed air all tubes, tube sheets, baffles, breaching, Morrison tubes and related surfaces to remove accumulated soot, scale, and debris from 131 steam and hot water boilers. De-scale as required. Vertical boilers are cleaned from the top, vacuum debris from firebox as necessary from material that may have entered the firebox from cleaning of the tubes. The first boiler cleaned will be the standard of cleaning establis hed by the heat shop and carried through to its conclusion of the contract. Dispose of waste off Post. 1.2.1.1. The contractor or sub-contractor will have a minimum of three (3) years experience in boiler power vacuuming systems maintenance. 1.2.1.2. Work Not Included: Public Works shops will open boilers for power vacuuming and close boilers after acceptance of power vacuuming of boilers. 1.2.1.3. Work shall be in conformance with the industry standards and approved Contractor checklist. The Heat Shop work leader will approve all schedules before start of work. 1.2.1.4. Each boiler will be opened and ready for power vacuuming when scheduled. The Heat Shop work leader will coordinate scheduling of boilers that operate year round; these will be listed in Appendix #1 with and asterisk to which boilers need hot sched uling. 1.2.1.5. Coordinate access to building Mechanical rooms with building occupants if needed. If there are any problems with access, coordinate with the Public Works Quality Assurance personnel for help. 1.2.1.6. Payment of the bid item shall be based upon percentage of completed monthly work. 2. Service Task Order Phasing: The following service task orders phasing related issues shall affect the work. 2.1. Interface with Others: Government use of these facilities is anticipated while the work under this contract is being performed. The work shall be planned and accomplished so that there will be a minimum of interference and inconvenience to occupants in the building and vicinity. Any blockage of building exits or driveways must be coordinated in advance. 2.1.1. Schedules set by the Heat Shop may change when work is in process. Work will begin in the first week in June 2004 and complete by September 30th 2004. 2.1.2. Coordinate with Heat Shop Work Leader Ja mes Huffman, Building 2050 phone number 967-4115 or cell phone 253-377-6083 every morning when work is in progress. 2.2. Service Task Order Restrictions: Mutable Boilers can be worked on. Boilers will be worked on continually until complete. 2.3 Utility Outages: Work should be scheduled such that utility outages are minimized. 3. Contract Progress Schedule and Progress Reports: 3.1 The minimum principal contract features to be included on ENG Form 2454 are as follows: 3.1.2. Approved schedule. 3.1.3. Boiler completed for billing. 4. Contract Period: The contractor shall have 120 working days after NTP to complete this Purchase Request. 5. Liquidated Damages: As stated in contract. 6. Asbestos Survey: AHERA asbestos survey, dated 2002 has been completed. No Asbestos Noted. 7. Lead Paint Survey: Lead paint survey, dated 2002 has been completed. No lead paint detected. 8. Daily Reports: Daily reports from the contractor will be submitted to the Contract Management Branch no later than the close of business of the following day. The form, HFL FORM 1235 will be provided to the contractor by the Government-Contracting ag ency for the daily reports. The contractor can submit the daily reports either electronically or in it??????s own hard copy, hand delivered. The daily reports shall include the list of boilers completed along with other instructed status reports. Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offertory-Commercial Service, applies to this acquisition. An addendum to this provision is applicable, in which the term offer or (whenever it appears) shall be replaced wi th the term quoter. Quoter are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. Also, please provide Federal Tax ID Number FAR clause 52.212-4, Contrac t Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. T he following clauses within 52.212-5 (b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33,52.222-41,52.222-42,52.222-43. FAR clause 52.204-7004,52.400-4034,52.217-8,52.217-9,52.232-19,52.222-4013,52.111- 4002,52.222-43. Local clauses: 52.111-4004, 52.111-4017 The following clause within DFARS clause is applicable to this acquisition: WAGE DETERMINATION NO: 94-2567 REV (24) AREA: WA,TACOMA. The complete text of the Federal/Defense Acquisition Circulars are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. Quotes are due on Jun 10 2004 at 4:00 PM Pacific Standard Time. Quotes may be faxe d to the Directorate of Contracting, Attn: Jacqueline Edgerton at 253-967-3844, along with the completed Representations and Certifications, or e-mailed to: jacqueline.edgerton@lewis.army.mil
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00598358-W 20040606/040606111410 (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.