Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
MODIFICATION

S -- Pool Cleaning Service

Notice Date
8/1/2007
 
Notice Type
Modification
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810, UNITED STATES
 
ZIP Code
32544-5810
 
Solicitation Number
Reference-Number-F2FT027186AQ01
 
Response Due
8/7/2007
 
Archive Date
8/22/2007
 
Point of Contact
Michael Wenrick, Contract Specialist, Phone 850-884-7794, Fax 850-884-5372,
 
E-Mail Address
Michael.Wenrick@hurlburt.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is F2FT027186AQ01 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. The North American Industry Classification System (NAICS) Code: 561790, with a business size standard of $6,500,000. This procurement consists of: Pool Specifications: The pool dimensions are 56? X 75?. The pool includes four ladders. The pool deck is concrete with drains that run the width and breadth of the pool. Pool chlorination will be maintained by Civil Engineering through a tablet release system. Requirements: Debris in the pool and on its surface will be removed. The pool walls and bottom will be vacuumed. The pools gutters, ladders, steps, and tiles will require cleaning every visit. Drains located on the pool deck will be inspected and cleared to maintain proper drainage on every visit. Pool ph and chemical balance will be tested every visit and chemicals required for maintenance such as, but not limited to pool life stabilizer, muriatic acid, power cleaning granules, and calcium will be provided by contractor. Cleanings required due to storm damage will be billed separately. Performance: The Advanced special tactics pool will initially need three cleanings per week. When maximum cleanliness is achieved service may be reduced to one or two maintenance cleanings per week. Additionally, a robotic pool cleaner to be acquired at a future date may reduce required cleanings to once per week. A site visit will be held on 27 Jul 2007 at 1030. The purpose of the site visit will be to see work locations and to visit 100 Service Way, Bldg. 90531 on Hurlburt Field, Florida. The site visit is expected to last approximately 1 hour. You are requested to submit your company business size, name, address, telephone number, and the name of attendees to Michael Wenrick by fax (850-884-5372) or email notification (michael.wenrick@hurlburt.af.mil) NO LATER THAN 26 Jul 2007, so we can make arrangements for access to the installation. Please limit your number of attendees to two. Questions from the site visit must be submitted in writing within 2 working days after the site visit. All answers to questions will be posted to EPS. To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://ccr.edi.disa.mil or by calling the CCR Registration Centers at 1-888-227-2423. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2006) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Past performance and technical capability are slightly more important than price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jun 2006), with the quotation FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (June 2007) (Deviation), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004-Required Central Contractor Registration (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (April 2007) (Deviation). The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant contract: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33. A Firm-Fixed-Price Purchase Order for a base year and four 1 year option periods will be issued in writing. Submit signed and dated offer with all required documentation to: Department of the Air Force, 1st SOCONS/LGCY, Attn: Mr. Michael Wenrick or Ms. Belva Parton, 350 Tully Street, Bldg 90339, Hurlburt Field FL 32544-5810 at or before 4:00 p.m. Central Standard Time, 3 Aug 2007. Responses/offers may be sent by mail, fax, or electronically. The POC for this solicitation is Mr. Michael Wenrick at 850-884-7794 or Ms. Parton at 850-884-1269 between the hours of 6:30 a.m. and 4:00 p.m. central standard time or via e-mail michael.wenrick@hurlburt.af.mil. or belva.parton@hurlburt.af.mil. The respose date for this combined synopsis/soliciation is extended to 7 Aug 2007 NLT 1600 hrs. The following were questions submitted after site visit: Q. Do the walls have to be vacuumed each visit? It is normal and customary practice to brush walls as needed and vacuum the floor of the pool if debris is visible. A The pool sides and floor will require periodic brushing in addition to the cleaning the robotic cleaner performs. The floor and walls will be scrubbed by the robotic cleaner once it is received. Anything missed by the robotic cleaner or stains beyond the cleaner's ability will require cleaning. This applies to both the floor and walls of the pool. The gutters will need to be cleaned and the scum line at water level scrubbed. Any accumulated debris will also have to be removed. Any debris on pool deck i.e. pine needles would also need to be cleared up and the pool deck swept Q. If the pool is to be chlorinated by tablet feeders which tablets will be used, stabilized or non-stablized? (since the facility has 2 tower chlorinators it is possible to use both) A. The Government plans on supplying the chemicals needed. The contractor will be required to provide a listing and estimated quantities of chemicals required each month. Q. Will you require bids for one, two and three visits per week? A. Bids should be made for once and twice a week. Once the robotic cleaner is in place only one cleaning per week will be required. Q. What chemicals is the pool contractor required to supply? A. The Government plans on supplying the chemicals needed. The contractor will be required to provide a listing and estimated quantities of chemicals required each month. Q. Does it matter what time of day the pool is serviced? A. The pool will need to be serviced in the afternoon as training is always conducted in the morning. We may need to be flexible, at some point in the future there might be larger classes and training might occur later in the day. Q. Is there a requirement for liability insurance and pool/spa operator certification? A. The Contractors will need liability insurance. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSOC/16CS/Reference-Number-F2FT027186AQ01/listing.html)
 
Place of Performance
Address: 100 Service Way Hurlburt Field, Florida
Zip Code: 32544
Country: UNITED STATES
 
Record
SN01359722-F 20070803/070801225931 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.