Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

J -- HVAC Maintenance and Repair

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
9594-05-R-0023
 
Response Due
9/26/2005
 
Archive Date
9/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS AMENDED TO INCORPORATE A MANDATORY SITE VISIT ON SEPTEMBER 20th, 2005, AT 10:00AM (local time). ALL FIRMS INTERESTED IN BEING CONSIDERED FOR AWARD MUST ATTEND THIS SITE VISIT WHICH WILL START AT CSOSA HEADQUARTERS, 633 INDIANA AVENUE NW, WASHINGTON DC. TRANSPORTATION WILL BE PROVIDED FROM HEADQUARTERS TO THE FIELD SITES. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. OVERVIEW: This combined synopsis and solicitation for commercial items in support of Court Services and Offender Supervision Agency (CSOSA) has been prepared in accordance with the format in Subpart 12.6, as supplemented by additional information herein. This announcement constitutes the ONLY solicitation; no other solicitation will be issued. CSOSA is an independent, executive branch Federal Agency, established under Section 11232 of the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA has an annual requirement for commercial Heating, Ventilation and Air Conditioning (HVAC) maintenance and inspection services at multiple field office locations throughout the Metropolitan District of Columbia area. These field offices are: Site No. 01 - 25 K Street NE, Washington, DC 20002 and Site No. 02 - 3850 South Capitol SE, Washington, DC 20032. The list of equipment to be serviced is available at the Agency website on the Internet at http:// www.csosa.gov under the Business Opportunities link in the document titled, ?RFP 9594-05-R-0023 SUPPLEMENTAL DOCUMENTS.? If after review of the supplemental list of equipment and the following description of services, firms require a Site Visit, such requests must be submitted in writing to the Contracting Officer no later than COB, Wednesday, 9/14/05. DESCRIPTION OF SERVICES: 1. ROUTINE MAINTENANCE SERVICES. A. Preventive Maintenance: The contractor shall perform preventive maintenance during Monthly Inspections to ensure reliable and continuous safe operation. The maintenance work shall be in accordance with commercial practices or manufacturer specifications, if available, and shall be intended to maintain all site equipment in safe and reliable operating condition until the next scheduled maintenance. B. Quarterly Maintenance Inspections: The contractor shall perform four (4) Quarterly Maintenance Inspections on an annual basis, consisting of the following - 1) All necessary system adjustments; 2) Checking filters and cleaning or replacing them per manufacturer maintenance specifications; 3) Lubricating all bearings, motors, and fans; 4) Checking fan blades for dust buildup, with cleaning if necessary; 5) Checking for refrigerant leaks, using a testing device; 6) Checking action of controls and setting them for normal operation; 7) Checking amperages and voltages; 8) Checking all operating pressures and temperatures; 9) Checking belt tension and condition, adjusting or replacing if necessary; 10) Thoroughly inspecting and cleaning interior and exterior of unit; 11) Checking drain pans for cleanliness; dropping condensate pan tablets when necessary; 12) Checking electrical connections for tightness and discoloration; 10) Cleaning coils at least on, using detergent solution and warm water, once a year, preferably in the spring (use fin comb, if necessary to straighten fins); Cleaning condenser water strainers at least once per year - preferably in the spring, where applicable. 2. SERVICE CALLS. A. Routine Calls: the Contracting Officer, or Contracting Officer Technical Representative (COTR), will notify the contractor of repairs to be made. B. Emergency Calls: The contractor shall respond to emergency repair calls within 1 hour after notification by the Contracting Officer, or COTR, during normal business hours, and within 2 hours after notification at times other than normal business hours. C. On-Site Repairs: The contractor shall report to the work location, survey the repair, and provide to an estimated time to repair and the cost of repairs not covered in the basic service contract. The contractor shall commence repair work after authorization from the Contracting Officer. The COTR may authorize the contractor to begin emergency repairs which do not not-to-exceed $10,000. All repair work may be authorized with an estimated ceiling amount, to be definitized within 21 calendar days after Notice to Proceed. All repair work shall be in accordance with normal commercial practices, using parts specified by the elevator manufacturer or items of equal or better quality. Downtime of the HVAC will be kept to an absolute minimum. Based on historical data, the Government projects 3 emergency calls per site, per year. All supplies and parts provided for any service calls shall be at the contractor purchase price, as evidenced by a purchase invoice, plus the percentage of increase identified in the contractor price proposal for material handling fees. 3. WRITTEN REPORTS. A. Maintenance Calls: The contractor shall prepare and submit a written report within three-business days of the inspections as well as service calls. The report shall identify each HVAC Equipment, the location, maintenance work performed, repairs needed, date of inspection, name of inspector, and overall condition of the HVAC. If repairs require work considered over and above routine maintenance work, the contractor shall notify the Government COTR for appropriate decision and action. B. Repair Calls: The contractor shall prepare and submit a written report to the COTR within two business days after the repairs are completed. The report shall include the date and time of the service call, the location of the elevator, the repairs performed, and the name of the technician performing the repairs. 4. SERVICE DELIVERY SUMMARY: The Performance Objectives for providing the specified services are a) All equipment is operational 95% of the time, b) Repairs are made in a timely manner; Customers are informed of expected repair time, Response and repair is made within the specified time. Response to, and repairs during, service calls are timely 95% of the time., c) Accurate reports are delivered within three business days for monthly or quarterly maintenance and within two business days for all service calls. All reports are 95% timely and accurate. The agency business hours at the sites is 7:00AM till 6:00PM Monday thru Friday except Federal Holidays. The Government observes the following Federal Holidays as non-work days: 1. New Year Day, 2. Martin Luther King Birthday, 3. Washington Birthday, 4. Memorial Day, 5. Independence Day, 6. Labor Day, 7. Columbus Day, 8. Veterans Day, 9. Thanksgiving Day, 10. Christmas Day, 11. Inauguration Day (every fourth year). GOVERNMENT LIABILITY: The Government shall not be liable for any injury to the Contractor personnel or damage to the Contractor property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to other Federal statutory authority. INDEMNIFICATION: The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any Contractor property or property owned by a third party occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work under the terms of this purchase order, resulting in whole or in part from the acts or omissions of the Contractor, or any employee or representative of the Contractor. PROPOSALS: Interested firms shall submit a WRITTEN and PRICE proposal to qualify for award of this requirement. The WRITTEN proposal shall consist of: a) Cover Letter, to include signature by an official authorized to bind the company and acceptance period of 30 calendar days from the date of offer, b) Technical Proposal consisting of Past Performance, as follows: A client list of your customers over the past two years for similar federal Government awards for maintenance of similar equipment, including the customer name, address, point of contact (an individual that can verify performance), phone number and e-mail address for point of contact, duration of the services, total dollar value for the services and location of the services. The Government may, or may not, independently contact customers for the purpose of confirming past performance. The PRICE proposal shall include Unit Pricing in accordance with the SCHEDULE OF PRICING available in the RFP 9594-05-R-0023 Supplemental Documents at the link for Business Opportunities on the Agency website (http:// www.csosa.gov ) To be considered for award, interested firms must complete and return the Schedule of Pricing provided in the Supplemental Documents. The Government assumes no liability for any costs associated with proposal preparation and submission. The WAGE DETERMINATION No. 94-2103 Rev (34), dated 5/23/2005, for the District of Columbia applies to this service requirement and is available at http://www.wdol.gov/. In accordance with FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), the following information is provided: Heating, Refrigeration and Air Conditioning Mechanic, WG-10. AWARD: The Government intends to award a contract to the responsible offeror whose proposal represents the best overall value for performance of the services identified in this announcement. In determining the best value to the Government, the tradeoff process of evaluation will be used. This process permits tradeoffs among cost or price and non-cost factors, and allows the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Proposals will be evaluated based solely on the factors of Price and Past Performance, as contained in this solicitation. PRICE IS CONSIDERED EQUAL TO THE PAST PERFORMANCE TECHNICAL FACTOR. SECURITY REQUIREMENTS FOR CONTRACTOR PERSONNEL: All unescorted Contractor personnel utilized under this award shall submit to a Government background investigation prior to performing work on-site at any CSOSA facility. The intent and purpose of this investigation is to preclude the assignment of any individual who poses a threat to the Government or successful work completion due to past unlawful or inappropriate behavior. Contractor employees must be U.S. citizens, or be lawfully permitted to reside in the United States and possess a valid work permit. Background Investigations: The Contractor shall ensure that a Contractor employee does not begin work until the appropriate background checks are conducted and approved by the CSOSA Office of Security. When a preliminary background check on an individual has been determined to be favorable, the Office of Security will issue an interim employment security approval to the Office of Procurement, who in turn will notify the Contractor. Only at that time may the Contractor notify an individual to begin work at a CSOSA facility. Derogatory information, falsification of any forms or refuses to supply information and/or forms may be considered justification to reject the individual. When an individual is selected for contractual employment, the Contractor shall have the individual complete a background investigation package consisting of the items identified below. The individual is generally provided 10 days to complete and return the forms to the Contracting Officer, or authorized representative. The following forms will be provided and must be completed: (1) CSOSA-SEC-0008, Agency Credit Release Form, (2) FD 258, FBI Fingerprint Card, (3) Standard Form 85P, Questionnaire for Public Trust Positions, (4) Contractor Preliminary Background Check Form. It is the responsibility of the Contractor, in order to ensure complete coverage for the services specified herein, to maintain an adequate staff of individuals meeting all of the requirements of this contract. To that end, the Contractor should submit the names of additional individuals, so that the requisite preliminary background checks can be conducted. CSOSA has the right to request any additional information necessary in order to adjudicate the completed background investigation. If a Contractor employee fails to provide any of the above information, or to cooperate with CSOSA Office of Security, the individual will be removed immediately. Contractor Responsibility: (1) The Contractor shall ensure that no Contractor employee commences performance prior to completion of the background investigation, unless the Office of Security grants approval. (2) Any individual who has been temporarily removed or resigned may be required to undergo another background investigation before resuming any position. At the discretion of the COTR, the Contractor shall forward the required forms for a reinvestigation to the COTR. Prior to forwarding the forms, the Contractor is responsible for reviewing the forms for completeness. The forms should be forwarded with a cover letter indicating that the forms are for reinvestigation of a current Contractor employee. Government Responsibility: (1) The Government will conduct a background investigation on all individuals involved in the contract. Derogatory information developed from this investigation may be considered justification to reject the applicant. The Government also reserves the right to reinvestigate all Contractor personnel working on this contract for any reason. (2) Upon completion of the background investigation, the Office of Security will review the results to determine suitability for the individual. Primary concern in the review process is to decide if the individual(s) presence in Agency facilities poses a potential risk to CSOSA, the Government, or the general public. The following Federal Acquisition Regulations (FAR) Provisions, applicable to this combined synopsis and solicitation, are incorporated, in full, by reference: FAR 52.212-1 Instruction to Offerors and FAR 52.212-3 Offeror Representations and Certifications. Offerors shall complete and return with their offer only paragraph (j) of FAR 52.212-3 if the annual representations and certifications were submitted online (electronically) at: orca.bpn.gov. If not, the offeror shall complete and return paragraphs (b) through (i) of this provision. The following FAR Clauses are also applicable and incorporated, by reference, as follows: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 2003) (in full) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (JUL 2005) inclusive of FAR 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, and 52.232-33; along with 52.222-41, and 52.222-42. The full text of these provisions are available online at: farsite.hill.af.mil. This acquisition is 100% Small Business Set-Aside and Note 1 applies. The North American Industry Classification System (NAICS) code is 811310, corresponding small business size standard is $6MIL. Firms are cautioned that the Government, while reserving the right to do so, may proceed to award without entering discussions or requesting further information from any firm. Questions about this requirement must be in writing and submitted by e-mail or fax. Telephone inquiries are strongly discouraged. All inquiries shall include the solicitation number, your full name, organization name, address, phone and fax numbers. All responses to this solicitation must be received by 9/26/2005 at 3:00 PM (local time) by Elizabeth Moya, Contracting Officer at: CSOSA, Office of Procurement, 633 Indiana Avenue NW, Suite 880, Washington, DC 20004. Hand delivery of a proposal will require sufficient time for processing through the building security screening at 633 Indiana Avenue NW. Late responses will not considered.
 
Place of Performance
Address: Washington DC
 
Record
SN00893455-W 20050915/050913211520 (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.