Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

J -- Pool Maintenance

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1P32H
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-08-Q0022 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19, Effective 17 Aug 2007 (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 561790 and the small business size standard $6.5 million. (v) Davis-Monthan Air Force Base is seeking potential offerors to provide the following: CLIN0001: 12 Months: Swimming Pool Service and Maintenance contract per the attached Statement of Work. Maintenance and chemicals on the 355th OG Training Pool, Bldg 4351 and parts and maintenance on the 355th Services Outdoor Recreational Pool, Bldg 6090. CLIN0002: 142 hours: Swimming Pool Service Corrective Maintenance, per Statement of Work (attachment 1). The period of performance will be 12 months from 1 Oct 07 ? 30 Sep 08, with four (4) additional option year periods. Clause 52.232-18 ?Availability of Funds? applies. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (vi) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (vii) 52.212-2, Evaluation -- Commercial Items applies, offers will be evaluated on price and capability. (viii) 52.217-8, Option to Extend Services ? Commercial Items applies to this acquisition (ix) 52.217-9, Option to Extend the Term of the Contract ? Commercial Items applies to this acquisition. (x) 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional clauses that apply to this acquisition are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 252-225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests; 252.246-7000, Material Inspection and Receiving Report; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: ray.carpenter@langley.af.mil. 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (xvi) Electronic quotes will be accepted at Thomas.Rivenburg@dm.af.mil Fax quotations will be accepted at 520-228-5284. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. Offers are due no later than 19 September, 3:00 p.m. (MST). (xvii) For other information please contact: SrA Thomas Rivenburg, (520) 228-2217. Attachment 1, Statement of Work Statement of Work For Swimming Pool Maintenance Services 1.0. DESCRIPTION OF SERVICES. The contractor shall provide all supplies, equipment, tools, labor, personnel, transportation, supervision, and management necessary to maintain water quality of designated swimming pools at Davis-Monthan AFB. Both pools are community-sized with the following water capacity: Training Pool, Bldg 4351 (300,000) gallons and Recreational Pool, Bldg 6090 (240,000 gallons). 1.1. Basic Maintenance Services. The contractor shall maintain swimming pools in accordance with this statement of work and accepted commercial practices. The contractor shall ensure water quality continues to meet or exceed the appropriate Air Force Occupational Safety and Health (AFOSH) Standard 48-14, Swimming Pools, Spas and Hot Tubs, and Bathing Areas, and all Federal, State, Local, Base, and Environmental Protection Agency (EPA) standards. The contractor shall conduct preventive maintenance/inspections (PMI) and related services to sustain the water quality of pools limiting service interruptions. Corrective action shall be performed to correct unscheduled deficiencies noted on systems. The contractor shall also prepare and maintain historical records of appropriate sampling and analysis to ensure compliance with all regulatory requirements. The contractor shall make available all records of services to government personnel. The contractor shall advise the 355th Services personnel of planned water system shut downs, at least 7 days in advance, and shall immediately advise of any pool system condition that will adversely affect customer service. 1.2. Water Sampling. An analysis and sampling function shall be developed and operated to support AFOSH Standard 48-14, Government and regulatory agency requirements. Tests shall be accomplished in accordance with applicable conditions, procedures, and commercial practices. Records of all tests shall be maintained which include, the name and type of test, date and time, final test results, and employee name/number who performed the test. All test results must be supplied monthly to the 355th Services Squadron personnel, no later than the 5th workday of each month for the previous month. Pool users will perform daily/hourly chemical tests. 1.3. Corrective Maintenance. Corrective maintenance includes adjustments or service, required to return water quality to proper level. Any required repair of hardware identified by the contractor shall be immediately reported to 355th Services Squadron personnel. The contractor will accomplish all hardware repair up to $500 without prior approval by 355th Services Squadron personnel. When possible, water quality deficiencies shall be corrected during preventive maintenance work. Records or reports shall be maintained that document all corrective and preventive maintenance tasks accomplished and shall reflect the status of each system after work is completed. All corrective maintenance actions performed by the contractor shall be documented weekly with 355th Services Squadron personnel. 1.4. Preventive Maintenance Inspection (PMI) Plan. The contractor shall develop a PMI plan that includes all of the required inspections, tests, and services, addressed in this statement of work. The completed PMI plan shall be submitted to the Contracting Officer and designated 355th Services Squadron personnel for approval, within 30 days of contract award. The plan shall include an estimated weekly/monthly/quarterly schedule of all work to be performed for each pool. Once approved, the contractor shall follow the schedule as closely as possible to facilitate the Government?s inspection process. 1.5. Service Calls. Designated 355th Services Squadron personnel will be the primary government Point of Contact for service calls concerning maintenance and repair services. Service calls may be classified as emergency, urgent, or routine, and the assigned designation will be given to the contractor with the work request. 1.5.1. Emergency Service Calls. Emergency service involves the correction of conditions that constitute an immediate danger to personnel, threaten property, or required action to restore essential services. The contractor shall be on the job site within 24 hours after receipt of an emergency service call and shall work continuously until the service is completed. 1.5.2. Urgent Service Calls. Urgent service calls are used when a reported condition will not immediately endanger personnel or threaten property, but if not corrected soon, could affect the health or the well being of personnel. Urgent service calls shall be made during normal working hours (7:30 a.m. - 4:30 p.m.). The contractor shall respond to the work site within 24 hours after receipt of an urgent service call and the service shall be completed within five days after receipt of the service call. 1.5.3. Routine Service Calls. Routine service calls are for work that is not classified as emergency or urgent. Routine service calls shall be responded to within five days after receipt of a routine service call, and service shall be completed within 14 days after receipt of the service call. 1.5.4. Contractor Access. The contractor will have access to the pool during the hours of operation stated in paragraph 1.11. of the SOW. Contractor will access public areas only when necessary to perform duties and will limit amount of time spent in such areas as much as possible. 1.6. Chemicals. Starting with contract award, the contractor will be responsible for and supply all chemicals required to maintain pool water quality for the Training Pool, bldg 4351. The contractor shall comply with all U.S. and Arizona Department of Transportation guidelines regarding handling and transportation of chemicals. 1.7. Swimming Pool Locations. The contractor shall provide swimming pool maintenance services for the chlorine-system Outdoor Recreational pool facility located at building 6090 and the chlorine-system Training pool located at building 4351, on Davis-Monthan AFB. 1.8. Quality Control. The contractor shall develop and maintain a water quality plan that ensures proper water quality. The plan shall also ensure that systems are maintained in accordance with the manufacturer?s product literature, federal and commercial standards, and the contract. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services, and shall ensure that swimming pool operations meet AFOSH Standard 48-14, and Federal, State, Local, and Environmental Protection Agency Standards. The contractor?s Water Quality Control Plan shall address all service requirements to maintain proper water quality. The plan shall be submitted to the Contracting Officer and designated 355th Services Squadron personnel within 30 days of contract award. 1.9. Contractor Qualifications. The contractor shall be bonded, licensed, and properly insured as a pool operator with a minimum of 5 verifiable years of experience maintaining Chlorine and Muratic Acid water treatment methods. 1.10. Government Quality Assurance. The government will regularly evaluate the contractor?s performance to ensure compliance with contract terms and conditions. Evaluations will be performed by designated 355th Services Squadron personnel. 1.11. Swimming Pool Hours/Seasons of Operation. The hours and seasonal periods of operation for the swimming pool facilities are subject to minor modifications. The contractor shall be notified by 355th Services Squadron personnel of any changes to the hours and seasonal periods of operation. Both pool chemical levels will be tested and maintained at a reduced rate during the closed season. Maintenance will continue at the normal rate throughout the year. Building 6090 Building 4351 1 April ? 30 September 1 April ? 30 September Monday 12:00 p.m. ? 8:00 p.m. Monday ? Friday 6:30 a.m. ? 5:00 p.m. Tuesday ? Thursday 11:00 a.m. ? 8:00 p.m. Friday 11:00 a.m. ? 5:00 p.m. Saturday ? Sunday 10:00 a.m. ? 5:00 p.m. Swim Lessons Monday ? Friday 8:00 a.m. ? 10:50 a.m. Pool Parties Friday ? Sunday 5:00 p.m. ? 10:00 p.m. Both Pools 1 October ? 31 March Monday - Sunday Closed 2.0. GENERAL INFORMATION 2.1. Contractor Point of Contact. The contractor shall provide the name of a point of contact and an alternate that shall be responsible for the performance of services. The contractor point of contact shall be available via telephone for service requests and discussion of maintenance issues with the designated 355th Services Squadron personnel or . The contractor shall designate these individuals, in writing, to the Contracting Officer (CO) before the contract start date. 2.2. Emergency Services. The government will provide fire and police services. There are no emergency medical services available on base. The contractor shall dial 911 for emergency medical services. 2.3. Security Requirements 2.3.1. Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. 2.3.2. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc., and turn them in to the issuing office. 2.3.3. Traffic Laws. Contractor employees shall comply with all base traffic regulations. Contractor employees are subject to random vehicle speed control checks. Contractor personnel cited for speeding on the installation may suffer loss of base driving privileges, debarment from the base, or other administrative action. 2.3.4. Random Personnel and Vehicle Searches. Contractor personnel are subject to random personnel and vehicle searches. If contractor personnel refuse to be searched, they will be denied entry to the base, and may result in loss of base driving privileges, debarment from the base, or other administrative action. 2.3.5. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor owned vehicle or privately owned vehicle while on Davis-Monthan AFB. 2.3.6. Reporting Requirements. Contractor personnel shall immediately report to an appropriate government authority any information or circumstances of which they are aware may pose a threat to the security of Department of Defense personnel, contractor personnel, resources, and classified or unclassified defense information. 2.3.7. Physical Security. Contractor employees shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 2.3.8. Key Control. The contractor shall establish and implement methods of making sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. a. The contractor shall immediately report any occurrences of lost or duplicated keys to Quality Assurance Personnel. b. In the event keys, other than master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the government and the total cost deducted from the monthly payment due the contractor. c. The contractor shall prohibit the use of keys and/or cipher lock combinations, issued by the government, by any persons other than the contractor?s employees and the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas. 2.3.9. Safety. The contractor shall comply with all applicable laws and safety regulations. Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor, and the government will assume no liability or responsibility for the contractor?s compliance or noncompliance with such responsibilities. 2.3.10. Work Area. The contractor shall, at all times, keep work areas free from accumulations of waste material, rubbish, tools, scaffolding, equipment, and materials. Upon completion of the job or when away from the work site, the contractor shall leave the work area and premises in a clean, neat, safe and workmanlike condition. The contractor is responsible for removal and proper disposal of all job related waste material at a permitted site. 2.4. Continuation of Essential DoD Contractor Services During Crisis. This requirement has been determined not to be essential and does not require continued support during a crisis, as defined DoD Instruction 3020.37, Continuation of Essential DoD Contractor Services During Crisis. 3.0. APPENDICES 3.1. Appendix 1 - Pool System Equipment Location: Designated route the contractor shall utilize. Upon contract award an orientation will be accomplished by designated 355th Services Squadron personnel. The route to the indoor pool is provided only as a reference. 3.2. Appendix 2 - Pool/Equipment Estimated Workload Information Item Requirement Estimated Quantity 1 Pool Chemical/Water Quality and Analysis Tests Training Pool Building 4531/Recreational Pool Building 6090 Perform Weekly As defined by AFOSH 48-14 2 Clean Swimming Pool and Filters Backwash System Training Pool Building 4531 Perform Weekly Mon, Wed, Fri 3-times per week 3 Replenish Chlorine Systems Chemicals Training Pool Building 4531 As Needed 3.3. Appendix 3 - Air Force Occupational Safety and Health Standard 48-14 and Davis-Monthan Air Force Base Disinfection Procedures and Response to Biohazard Incidents for Base Swimming Pools *Note there is a image map of locations. Please email POC to view these.
 
Place of Performance
Address: 5465 East Nuggat, DMAFB, ARIZONA
Zip Code: 85707
Country: UNITED STATES
 
Record
SN01407168-W 20070916/070915193924 (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.