Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

S -- Hood and Duct Cleaning

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3R26255A100
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number F1B3R26255A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 561790, with annual gross revenue not to exceed $6.5 million. Statement of Work: 1. DESCRIPTION OF SERVICES: The Contractor shall provide all management, plant, tools, supplies, equipment, material, labor, vehicles and accessories necessary to clean all associated Hoods, Ducts, Ventilators/Fans and Housings on thirteen (13) each cooking/kitchen systems on Altus AFB in a manner that will ensure continuous and safe operation. See Appendix A for estimated work load data. 1.1. Clean Exhaust Hoods, Ducts and Ventilators: The contractor shall clean all ventilation/exhaust systems, see Appendix A for cleaning frequencies. All work shall be performed in accordance with this SOW, all applicable publications, to include all references to commercial standards, and follow the manufacturer?s written specifications. Systems are defined as all hoods, ducts (horizontal and vertical) and ventilator/fan equipment and housings/shrouds. Clean hoods, grease removal devices, fans, ducts, and other appurtenances to bare metal. This includes grease accumulations on fans, motor housings, roofs, louvers, exterior walls, copulas, etc., at a ten foot (10?) radius where the system exhausts to the outside. After surfaces are cleaned to bare metal, duct system will not be coated with powder or other substances. Ensure all ducts are clean and dry, and that no substances, grease, liquids or cleaning agent is trapped in duct work low spots. Dispose of all substances extracted from the cleaning operation in disposal containers at an off base authorized location. 1.1.1. Remove existing access panels or fan housings/shrouds as necessary, to clean various portions of the exhaust ducts and exhaust fans. Replace all seals/gaskets that become frayed, torn or are no longer functional. However, replace all seals/gaskets at a minimum of once yearly. Clean all grease collection containers and replace. If a system is missing collection containers, the contractor shall provide an approved container and install as required by NFPA. 1.1.2. Lock out all electrical switches that may be accidentally activated prior to start of the cleaning process. Cover all electric motors and devices to avoid damage during the cleaning process. Return all electrical switches, detection devices and system components to operable state. Replace existing access panels and fan shrouds that were removed in cleaning various portions of the exhaust ducts, exhaust fans, motor housings, etc. 1.1.3. Flammable solvents or other flammable cleaning aids shall not be used. 1.1.4. Avoid the application of cleaning chemicals to fusible links or other detection devices of the automatic extinguishing system. 1.1.5. Upon completion of service, affix metal tags on each system at each cleaning interval. Engrave/stamp each tag with the Company name, phone # and date of system cleaning. Tags shall be located on all kitchen hoods in plain view. 1.2. Scheduling: Work to be performed is in occupied facilities. The contractor shall provide the CO a proposed inspection/maintenance schedule within 30 days after contract award. The contractor shall list each system and the proposed date(s) for inspection/maintenance. The contractor shall include an inspection, maintenance or cleaning checklist for each system. The contractor is responsible for setting dates/times of inspection/maintenance with the facility managers. The contractor shall coordinate all equipment down-times of cooking equipment to ensure minimal impact/disruption to occupants and mission. Notify 97 CES/CEFP, Fire Prevention and Technical Services Section at (580) 481-5845/5848 of each inspection/maintenance cycle. The office of 97 CES/CEFP will be assigned as the primary government representative, provide quality assessment, evaluation and certify contractor performance. 1.2.2. After inspection/maintenance/repair has been accomplished the contractor shall provide written certification on the operational condition of each system. The certification shall contain as a minimum date and time of inspection/maintenance, nature of maintenance performed, list of all repairs and parts replaced, the signature of the contractors? certified technician and the signature of the government representative. 1.3. Reports: The contractor shall prepare and submit a written report within ten (10) business days following all cleaning activities. The report shall identify each system, the location, work performed, repairs or upgrades needed, date of inspection, name of inspector, and overall operating condition. The contractor shall furnish the 97 CES/CEFP Technician for approval a maintenance checklist for each facility/system. Note: The contractor service technician trip ticket/job order ticket shall not be considered as an acceptable report or checklist. 1.4. Contractor Management and Staffing: The contractor shall provide an on site manager/senior technician who shall be responsible for the performance of work. This person shall be designated in writing to the CO and shall have authority to act for the contractor while performing work on Altus AFB. Contractor employees shall be trained, certified and/or licensed mechanics and/or technicians familiar with the particular system(s) and all work shall be accomplished per manufacturer specifications, UFC and the NFPA. Contractor employees shall present a neat appearance and be easily recognized. Contractor personnel shall wear/display contractor badges bearing the company name, employee name and employee photo. 1.4.1. The government is authorized to restrict the employment under this contract of any employee, or prospective employee, who is identified as a potential threat to the health, safety, general well being or operational mission of the installation and its population. 1.4.2. Vehicles: The contractor shall provide and maintain vehicles for transportation to meet the requirements of this contract. All vehicles used in the performance of this contract shall have the company name prominently displayed on both sides of the vehicle and be maintained to present a clean, neat, and professional appearance at all times. All vehicles shall be registered and insured, and operated by a licensed operator. 1.5. Quality Control: The contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with NFPA 10, NFPA 17A and other applicable standards and codes. The contractor shall develop and implement procedures to identify and prevent defective services. 16. Hours of Operation: The contractor shall provide a work schedule for approval by the Contracting Officer and properly scheduled through the facility managers. Cleaning of kitchen exhaust systems may require other than normal daytime schedules. All other work shall be performed during normal duty hours 7:30 am ? 4:30 p.m., Monday through Friday, excluding holidays. 1.7. Warranty of Work and Equipment: The contractor warrants that work performed under this contract, including work performed by any subcontractor, shall conform to the contract requirements and shall be free of defects. The contractor shall remedy, at the contractor?s expense, any damage to Government owned or controlled real or personal property. The terms of this warranty shall continue for ninety (90) days after the completion of this contract. 1.8. Performance of Services During Crisis: Dry and Wet Chemical Extinguishing System maintenance services on Altus AFB are not considered mission critical and only limited service will continue in the event of crisis, whether declared by the National Command Authority under provisions of DoDI 3020.37, or otherwise. Contractor employees, with approved background checks, will be allowed unescorted access to the base for performance of work in all FPCONs except ?Delta?. The Contracting Officer will notify the contractor of a ?Delta? condition as soon as possible after security procedures have been implemented. 1.8.1. When the government perceives that mission accomplishment is endangered, the government, at the government?s option, may augment performance to meet surge or crisis requirements beyond the capability of the contractor. 1.8.2. The contractor is responsible for tracking and retrieving badges from employees upon their separation, termination and/or completion of business on Altus AFB, OK. A list of current contractor employees issued security badges must be provided/submitted with the monthly invoice. Badges from employees no longer employed on the contract must be retrieved and turned in to the contracting office within 30 days of separation/termination. 2. SERVICE DELIVERY SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to essential services. The stated performance thresholds are the minimum acceptable levels of service for each stated requirement. All aspects of the contractor performance are subject to government surveillance, and absence of any contract requirement from the SDS shall not detract from its enforceability nor limit the rights or remedies of the government under contract clauses. 2.1. Summary Table: Performance Objective: Perform Ventilation System Cleaning. Paragraph: 1.1 thru 1.1.5 Performance Threshold: Hoods and Ducts are clean with no trapped liquids in low points. Exterior of vents and adjacent roof/walls are cleaned. Zero Defects. Performance Objective: Provide Schedules and Reports. Accurate reports and schedules are delivered within then business days. Paragraph: 1.3 Performance Threshold: reports and schedules are timely and accurate. Zero Defects. 2.2. Quality Assurance: A government representative from 97 CES/CEFP will assess the contractor?s performance and adherence to NFPA standards. The QAP will record results of inspections, noting the facility number, date and time of inspection. If inspection reveals unacceptable performance, the QAP shall notify the Contract Administrator (CA). The CA will then notify the contract manager and require reperformance of the service (referred to as ?call back?). The contractor shall be allotted time as agreed to by all parties, but no longer than 24 hours, to return to Altus AFB and accomplish corrective action/work. 3. GOVERNMENT FURNISHED PROPERTY and SERVICES: 3.1. Government Furnished Property: The Government will not provide any facilities, equipment, supplies or materials. The Government will furnish without cost to the contractor a reasonable amount of electricity and potable water in connection with the contract performance. 3.2. Government Furnished Services: Security Police, Fire Protection and Emergency Medical Treatment: The phone number is 7444 for Security Police. Call 911 for fire reporting or medical emergencies. 4. APPENDICES: A. Estimated Workload Data ? Ventilator System Cleaning Schedule APPENDIX A: ESTIMATED WORKLOAD DATA Kitchen/Grille Exhaust Systems, Suggested Cleaning Schedule: Bldg # Qty Description O N D J F M A M J J A S 18 1 A & W Snack Bar X X X X X X X X X X X X 39 1 Charlie's Bar X X X X 52 1 Kitchen Stove X X 53 1 Kitchen Equipment X X X X 106 2 Bowling Snack Bar X X X X X X 185 1 Cooking Equipment X X 213 1 Kitchen Stove X X 307 2 Kitchen Equipment X X X X X X 317 2 Kitchen Equip. X X X X X X 317 2 Serving Line X X X X X X 317 1 Fast Food Line X X X X X X 331 1 Kitchen Stove X X 333 1 Kitchen Stove X X 335 1 Kitchen Stove X X 418 1 Kitchen Stove X X 433 1 Kitchen Stove X X 1866 1 Kitchen Stove X X X X Monthly Totals: 13 4 12 4 10 4 13 6 10 4 10 4 (End SOW). All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Larry Pruitt 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5837,send a fax to (580) 481-5138, or e-mail to: larry.pruitt@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 17.202 Use of Options; FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: A site visit has been scheduled for 10:00 AM CDT September 26 2006. Contractors interested in attending this site visit must register with one of the listed contacts before 0800 CDT September 26. The meeting location for the site visit will be Altus AFB South Gate (located on HWY 62). Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CDT, 29 September 2006. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (JUL 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), Janitor, WAGE: $10.88, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 05-2525 Rev 01, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail).
 
Place of Performance
Address: 97 CONS/LGCB, 303 J AVE, BLDG 302, ALTUS AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01146783-W 20060920/060918220444 (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.