Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

J -- Gaylord Systems - Repair & Cleaning

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-06-T-C150
 
Response Due
2/23/2006
 
Archive Date
3/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This solicitation, reference number is FA3047-06-T-C150, is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 811310 and the Standard Size is $6.5 million. Non-Personal Services: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all inspections and repairs and cleaning to all attachments, piping, drains and electrical wiring, control boards, and parts required to bring three (3) Gaylord self-cleaning system and exhaust hood & duct systems to work in accordance with OSHA safety standards and as defined in the attached Statement of Work dated 27 Dec 2005 at Lackland AFB TX. Gaylord systems and exhaust hoods and ducts are located in Dining Facility Bldg 10175. Line item 0001: Inspect and Repair three (3) Gaylord Self Cleaning Systems; Line Item 0002: Inspect and Repair of five (5) Hoods to include all Ducts; Line Item 0003: Perform all cleaning of three (3) Gaylord Systems and five (5) Exhaust Hoods & Ducts as Listed in Technical Exhibit 1-12. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, apply to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-line at http://orca.bpn.gov/publicsearch.aspx. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. The clause at FAR 52.222-41, Service Contract Act of 1965, as amended applies to this solicitation. The clause at FAR 52.222-42, Statement of Equivalent Rates for Federal Hires applies to this solicitation. The clause at FAR 52.247-34, F.O.B. Destination applies to this solicitation. Wage Determination No. 94-2521 Rev (29) applies to this solicitation. All interested parties must be registered in the Central Contractor Registration (CCR) database. Quotes are due no later than 1600 hours (4:00) PM CST, 23 Feb 2006, and should reference the solicitation listed above. Quotes may be mailed to POC: Ms. Guadalupe Murphy, 37 CONS/LGCAA, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253 faxed to 210-671-3360 or E-mailed to guadalupe.murphy@lackland.af.mil Quotes must be valid for 60 days. STATEMENT OF WORK TO INSPECT, REPAIR AND CLEAN GAYLORD SYSTEMS LACKLAND AIR FORCE BASE, TX 27 December 2005 1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all inspections and repairs and cleaning to all attachments, piping, drains, and electrical wiring, control boards, and parts required to bring the 3 (three) Gaylord self cleaning systems and exhaust hood & duct systems to work in accordance with industry standards and IAW OSHA Safety standards and as defined in this Statement of Work (SOW), at Lackland AFB. Gaylord systems and exhaust hoods and ducts are located in dining facility 10175. The exhaust hood system has a number of different configurations according to the manufacturer specifications. Number of systems, hood sizes, classification of building and number of stories are provided in Technical Exhibit 1(TE). Photos of Gaylord systems and hood and duct systems are located in TE 1-12. A single system may have multiple ducts and/or fans. The contractor shall clean grease hoods (exhaust hoods carrying grease laden vapors) IAW NFPA 96, Ventilation Control and Fire Protection of Commercial Cooking Operations. Contractor shall comply with all Federal, State and local laws and requirements in performance of this work. All vent hood drain lines and spray nozzles need to be flushed out, cleaned/replaced, and adjusted to work properly. All water lines connected to the vent hoods need to be checked for leaks, and repaired if leaks exist. Gaylord systems that take care of hoods A-B-G needs the controllers reprogrammed and installed with a new vacuum breaker. Hoods E-F needs a dedicated electrical circuit and need to reprogram controller. Hoods C-D need a new pressure gauge, retrofit kit C-5000 controller and need to have the systems programmed. Contractor shall provide any and all other items, and or parts required to ensure the Gaylord systems will be performing at 100% efficiency levels. 2. SPECIFIC TASKS. 2.1. SCHEDULING. The contractor shall coordinate and establish a schedule for all work required with building manager, and provide a copy to the facility manager, government inspector/Fire Department and 37 CES/CEOE. The schedule shall identify the date-(s) when services will be performed at the facility. Facility manger shall provide contractor a key to the mechanical room and access to the roof. 2.2. REPAIRS: The contractor shall provide all equipment, valves, drain lines, metal filters, equipment to flush and or unclog existing drain lines, and provide piping, hinges, control boards, control devices, computer boards, mother boards etc. required to bring all Gaylord systems, and exhaust hood and duct system to work at 100% as intended and in accordance with industry standards. Contract shall show and instruct building manager how systems should work, and how to program, troubleshoot, run cleaning cycles, and how to run general system tests before they leave the area, and most important how to prevent system failures in the future. Contractor shall ensure spray nozzles work properly/correctly. Contractor shall also ensure that when cleaning cycles are running that all chemical spray that is released during cleaning cycle remains inside the hoods and do not spill over into any other areas. Contractor shall also provide pamphlets, manuals, instructions, and instruction booklets as to how often Gaylord system will require service and shall provide names of other contractors involved especially if work is sub-out to other contractors. Once contractor warranty has expired (see paragraph 2.2.1) contractor shall provide reference contact information as to what contractors could continue to provide this repair and maintenance service in the future. 2.2.1. WARRANTY: All work performed by the contractor shall be warranted for a minimum of one year to include all parts and labor. 2.3. CLEANING. The contractor shall clean and inspect all components of the Gaylord systems and exhaust hood & duct systems, to include the hood, duct, exhaust fan, and any other components in accordance with industry and commercial standards, using a steam cleaning process or equivalent. Upon completion of service, the exhaust systems shall be free from grease, dirt, dust, lint, oil residue etc. The contractor shall contact the government inspector after cleaning is completed for inspection and acceptance of service. 2.3.1. The contractor shall protect government property to the extent necessary to prevent damage to the property. The contractor shall use drop cloths, shields, and other protective devices as necessary. Contractor may remove fixtures and equipment as necessary that may interfere with the work. Contractor shall reinstall fixtures or equipment removed and shall ensure they are operational prior to departing the work site. The contractor shall be responsible for making repairs to damages caused by the contractor at no additional cost to the government. 3. HOURS OF OPERATION. All work shall be performed as scheduled with facility manger, and may include evening hours, nights, weekends and or interrupted schedules. The contractor may be required to perform work during federal holidays. 4. SITE VISIT: Contractors shall be required to attend a one time site visit to the facility which will be provided during normal duty hours. Date and time to be provided after 28 Dec 2005. 5 QUALITY ASSURANCE. The government will perform inspections of contractor work and document inspections. Acceptance of work will be performed by authorized personnel from 37 CES/CEF. 6 MATERIAL SAFETY DATA SHEETS (MSDS). The contractor shall provide the government with all MSDS on all cleaning solutions or products utilized in performance of work. The contractor must register with the CE HAZMAT pharmacy (Bldg 5595) and provide MSDS to 37 CES/CEOE prior to the performance of any work. 7 ENVIRONMENTAL COMPLIANCE. The contractor shall comply with all applicable federal, state, and local environmental laws and regulations. The contractor shall not use any ozone depleting substances or products. 8 CLEAN-UP. The contractor shall dispose of all contractor-generated waste at an off-base city or state approved disposal site. TE-1 WORKLOAD 21 Dec 2005 BLDG NO. NUMBER OF SYSTEMS DUCT SIZE CLASSIFICATION OF BUILDING NUMBER OF STORIES LACKLAND TRAINING ANNEX 10175 5 5? -6? x 11?5? -6? x 11?5? -6? x 8?5? -6? x 8?5? 0? x 15 Dining HallNAVY 1 TE-2 TE-3 TE-4 TE-5 TE-6 TE-7 TE-8 TE-9 TE-10 TE-11 TE-12
 
Place of Performance
Address: Lackland AFB TX
Zip Code: 78236
Country: USA
 
Record
SN00983191-W 20060210/060208212210 (fbodaily.com)
 
Source
FedBizOpps 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.