Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
MODIFICATION

J -- MAINTENANCE HVAC AND HYDRONIC HEAT SYSTEMS, ALTOONA, PA

Notice Date
7/3/2007
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCEOP-07-Q-00070
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Point of Contact
Darlene Leavell, Acquisition Specialist, Phone 214 905 5442, Fax 214 905 5568, - Mario Curiel, Contract Specialist, Phone 214 905 5458, Fax 214 905 5568,
 
E-Mail Address
darlene.leavell@dhs.gov, mario.curiel@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation is HSCEOP-07-Q-00070 and is issued as a Request for Quotes (RFQ). The associated North American Industry Classification System (NAICS) code is 238220. Size Standard is 6.5 million. Wage Determination No. 2005-2451 Rev. 3 dated 5/29/07 Furnish all labor, travel, and material requirements as required to perform the services described in the statement of work. The maintenance program shall include servicing the building environment mechanical systems for the Ballistic Laboratory (BL), the 20-Point Qualification Range (TPQR), Administration Building (AB), and the CONEX Storage Building SCHEDULE OF SUPPLIES/SERVICES The contractor shall provide all labor, materials, tools, transportation, replacement parts, filters, etc as required to perform a maintenance program servicing the building environment mechanical systems for the Ballistic Laboratory (BL), the 20-Point Qualification Range (TPQR), Administration Building (AB), and the CONEX Storage Building, located at 320 E. Chestnut Street Altoona, PA as per the Statement of Work.. BASE YEAR Period of Performance shall be from August 1, 2007 to July 31, 2008. CLIN 0001 Maintenance Program for HVAC and Hydronic Heat Systems $________ OPTION YEAR ONE Period of Performance shall be from August 1, 2008 to July 31, 2009. CLIN 1001 Maintenance Program for HVAC and Hydronic Heat Systems $________ OPTION YEAR TWO Period of Performance shall be from August 1, 2009 to July 31, 2010. CLIN 2001 Maintenance Program for HVAC and Hydronic Heat Systems $________ TOTAL BASE AND OPTIONS $_________ STATEMENT OF WORK ONGOING MAINTENANCE PROGRAM FOR HVAC AND HYDRONIC HEAT SYSTEMS The Department of Homeland Security (DHS), National Firearms & Tactical Training Unit (NFTTU) facility, located in Altoona, Pennsylvania, has three buildings and two CONEX storage buildings, which have the environment controlled by mechanical systems. A professional maintenance service is required to keep the systems operating. The purchase order will be for one base year with two one year options. DESCRIPTION/SPECIFICATION A. GENERAL REQUIREMENTS 1. Furnish all labor, travel, and material requirements as required to perform the services described in the statement of work. The maintenance program shall include servicing the building environment mechanical systems for the Ballistic Laboratory (BL), the 20-Point Qualification Range (TPQR), Administration Building (AB), and the CONEX Storage Building. 2. The services will be provided to: DHS National Firearms & Tactical Training Unit 320 East Chestnut Avenue Altoona, PA 16601 Note: Vendor must be able response to system problems/malfunctions within 2 hours of call. Vendor must be able to demonstrate familiarity of equipment. B. GOVERNMENT FURNISHED PROPERTY AND SERVICES 1. Government furnished facilities. a. None 2. Government furnished materials. a. None 3. Availability of utilities. a. The Government will furnish water and electric current at existing outlets as may be required for the work to be performed under the contract at no cost to the contractor. Information concerning the location of the existing outlets may be secured from the Supply Mgmt. Specialist or Facility Manager for the facility. C. CONTRACTOR FURNISHED ITEMS 1. The contractor shall provide all equipment, materials, and services to perform the requirements of this contract. This includes all filters, lubricants, etc? to perform the work specified herein. D. REQUIREMENTS 1. Testing a. According to manufacturer specifications (but at least twice every 6 months commencing with October 1, of each year), testing will be conducted for proper operation, motor winding resistance, refrigerant charge, fan RPM, refrigerant oil (acid), water condition, flue gas analysis, safety controls, combustion and draft, crankcase heaters, and control system(s), etc. 2. Inspection a. According to manufacture specifications (but at least twice every 6 months commencing with October 1, of each year), inspection will be conducted for worn, failed or doubtful parts, mountings, drive couplings, oil level, rotation, soot, flame composition and shape, pilot and igniter, boiler, water pumps, storage tanks, steam, water, oil, and/or refrigerant leaks, etc. 3. Preventive Maintenance a. Activities intended to extend equipment life and assure proper operating condition and efficiency such as: - Brush Cleaning and/or Compressed Air Cleaning of: coil surfaces, fan impellers and blades, electrical contacts, burner orifices, passages and nozzles, pilot and igniter, cooling tower baffles, basin, sump and float, chiller, condenser and boiler tubes, etc. - Aligning of: belt drives, drive couplings, air fins, etc. - Calibrating of: safety controls, temperature and pressure controls, etc. - Tightening of: electrical connections, mounting bolts, pipe clamps, refrigerant piping fittings, damper sections, etc. - Adjusting of: belt tension, refrigerant charge, super heat, fan RFM, water chemical feed and feed rate, burner fuel/air ratios, gas pressure, set point of controls and limits, compressor cylinder unloaders, damper close-off, sump floaters, etc. - Lubrication of: motors, fan and damper bearings, valve stems, damper linkages, fan vane linkages, etc. - Painting of: equipment according to manufacturer?s recommendations. - Replacement of: filters and belts according to manufacturer?s recommendations. - Servicing of ?Torit Lead Collector? according to manufacturer?s recommendations, or at least semi-annually. 4. Reporting a. A detailed service report shall be provided to the Supply Mgmt. Specialist or Facility Manager after each service call for his approval. 5. Working Hours a. The NFTTU?s regular business hours are from 7:00 am to 5:00 pm, Monday through Friday, except for designated Federal Holidays and other days specifically designated by the Asst. Director. 6. Storage and Removal a. All used filters and materials must be removed from the facility the same day work is being performed. No storage of filters or materials will be permitted on the facility. E. REPAIRS OUTSIDE THE SCOPE OF WORK AS STATED ABOVE 1. The Contractor may be required to assist the Government periodically in the repair of HVAC systems equipment for the facility. a. The Time and Material contract may be awarded for unscheduled work, which exceeds the scope identified in paragraphs A-D above, or urgently needed services, which are beyond or not included in the scope of the Firm Fixed Price work. A separate purchase order/contract or purchase card transaction will be issued. b. The actual amount of work to be performed, an estimate of the professional/technical effort required, and the time of such performance shall be authorized by separated purchase orders issued by the Contracting Officer (CO), or a purchase card transaction. Verbal orders from the CO may be necessary for emergency services, however, they shall be issued in writing by the CO within three business days of the instructions. Each purchase order or purchase card transaction shall be negotiated individually by determining the labor categories and number of hours required, and by multiplying the hourly rates by the number of hours. The contractor shall also be reimbursed for any subcontractor, material or equipment used in conjunction with the Time and Material work without mark-up or fee. F. FILTER CHANGES 1. There will be a separately priced line for each item (category of filter change) in the contract, i.e., monthly, quarterly, bi-annual and annual filters. Vendor quotes shall identify and price each of the categories of filter changes. There may be times a monthly filter change will not be required, therefore all monthly filter changes by building location shall be identified. QUARTERLY FILTERS WILL BE CHANGED IN DECEMBER, MARCH, JUNE AND SEPTEMBER OF EACH YEAR. This scope of work will be separately priced within the contract. BI-ANNUAL FILTERS WILL BE CHANGED IN NOVEMBER AND MAY OF EACH YEAR. This scope of work will be separately priced within the contract. ANNUAL FILTERS WILL BE CHANGED BETWEEN OCTOBER 1 AND DEC 30 OF EACH YEAR. This scope of work will be separately priced within the contract. Note: All vendors are to inspect each HVAC unit to determine the filter requirements and maintenance service necessary. Schedule for filter types, size and location. Filter Replacement Schedule Torit Air Handling Equipment: HEPA Filters and Lead/Dust Filters. BI-Annually BALLISTIC LAB BUILDING DESCRIPTION SIZE QTY FREQUENCY HAC504412 Rigid Pleat w/Plastic Separators 12? head 24 x 24 x 12 8 BI-ANNUALLY H122424 Hi Capacity Metal X-Body 24 x 24 x 12 8 BI-ANNUALLY P22424 Pre Pleat 40% Standard 24 x 24 x 2 8 MONTHLY Pre Pleat Cartridge Filter 16 x 25 x 2 10 MONTHLY Pre Pleat Cartridge Filter 16 x 20 x 2 10 MONTHLY Carrier Across from McQuay 18 x 20 x 2 1 QUARTERLY RANGE BUILDING DESCRIPTION SIZE QTY FREQUENCY SBG12243694 4 Pocket 95% Bag Magna 1000 ? 3? above 12 x 24 x 36 5 ANNUALLY SBG24243696 6 Pocket 95% Magna 1000 ? 3? above 24 x 24 x 36 10 ANNUALLY SBG12243694 4 Pocket 95% Bag 4 Pocket 95% - 1 ?? 12 x 24 x 36 5 ANNUALLY SBG24243696 6 Pocket 95% 4 Pocket 95% - 1 ?? 12 x 24 x 36 10 ANNUALLY Prepleat 40% Standard 12 x 24 x 2 20 MONTHLY Prepleat 40% Standard 24 x 24 x 2 40 MONTHLY ICP Unit - Standard 20 x 25 x 2 4 QUARTERLY HEPA Filters K1242412HCSBW 24 x 24 x 12 20 BI-ANNUAL HEPA Filters K1122412HCSBW 12 x 24 x 12 10 BI-ANNUAL MAIN BUILDING DESCRIPTION SIZE QTY FREQUENCY Roof Top Unit (RTU) #7 20 x 20 x 2 4 QUARTERLY Roof Top Unit (RTU) #1 20 x 20 x 2 4 QUARTERLY Roof Top Unit (RTU) #2 20 x 20 x 2 4 QUARTERLY Roof Top Unit (RTU) #4 12 x 20 x 2 4 QUARTERLY Roof Top Unit (RTU) #4 12 x 31 x 2 4 QUARTERLY Roof Top Unit (RTU) #4 16 x 25 x 2 4 QUARTERLY Roof Top Unit (RTU) #3 16 x 25 x 2 2 QUARTERLY Roof Top Unit (RTU) #5 16 x 25 x 2 2 QUARTERLY Roof Top Unit (RTU) #6 16 x 25 x 2 2 QUARTERLY Roof Top Unit (RTU) #8 16 x 25 x 2 2 QUARTERLY Roof Top Unit (RTU) #9 24 x 24 x 4 2 QUARTERLY Roof Top Unit (RTU) #9 24 x 24 x 2 4 QUARTERLY Roof Top Unit (RTU) #9 Metal Box 24 x 24 x11.5 1 BI-ANNUALLY Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http;//www.ccr.gov. The Offeror may obtain the full text of the clauses electronically at website http://www.arnet.gov/far. I. Provisions 52.212-1, Instructions to Offerors - Commercial Items applies. Provision 52-212-2, Evaluation ? Commercial Items applies. With the factors of: (i) Technical capability of the item offered to meet the Government requirement; (ii) price; II. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007), 52.204-7, Central Contractor Registration (July 2006 and 52.232-33, Payment by Electronic Funds Transfer are hereby incorporated by reference. III. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Mar 2007), which incorporate by reference the following Clauses: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). (iii) Alternate II (MAR 2004) of 52.219-6. 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.225-1, Buy American Act-Supplies (Jun 2003) (41 U.S.C. 10a-10d) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.247-34 F.o.b. Destination 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.217-5, Evaluation of Options (JUL 1990) 52.217-8, Option to Extend Services (NOV 1999) 30 days 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) 90 days; 60 days. (c) 3 years, 6 months. Questions concerning this RFQ should be submitted to Darlene Leavell at darlene.leavell@dhs.gov or fax to 214-905-5568. Offers are due no later than 2:00 CDT on July 16, 2007 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management - Dallas, 7701 N. Stemmons Freeway, 3rd floor, Dallas , TX 75247. Any questions or comments regarding this solicitation must be submitted NLT than 2:00 p.m. CDT on July 9, 2007. No solicitation documents are available. Electronic submission will be accepted. Quotations may be faxed to (214) 905-5568, Attention: Darlene Leavell, or emailed to darlene.leavell@dhs.gov.
 
Place of Performance
Address: 320 E. Chestnut Street, Altoon, PA
Zip Code: 16601-5299
Country: UNITED STATES
 
Record
SN01333705-W 20070705/070703220433 (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.