Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
SOLICITATION NOTICE

J -- MAINTENANCE OF AIR CONDITIONERS

Notice Date
10/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
20229
 
Solicitation Number
HSBP1008Q1548
 
Response Due
11/2/2007
 
Point of Contact
Leticia Ramos, Contract Specialist, Phone 956-764-3278, Fax 956-764-3272
 
E-Mail Address
Lety.Ramos@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Customs and Border Protection, Border Patrol, Ramey Sector has a requirement for the maintenance of air conditioner units. This requirement is being awarded under FAR Part 13 and will result in issuance of a Purchase Order and is being issued as a Request for Quote. Quotes are being requested and written solicitation will not be issued. The request for quote number is HSBP1008Q1548. This is a TOTAL SMALL BUSINESS set aside. One firm?Xfixed price order is anticipated to be awarded as a result of this request for quote. The term of the order is for twelve months after Date of Award. The order will have four one-year options, after base year contract expires. Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52-217-9 Option to Extend the Term of the Contract (March 2000); 52.232-1 Payments; 52.232-8 Discounts for Prompt Payment; 52.233-1 Disputes; 52-243-1 Changes Fixed Price Alternate II (APR 1984); 52-247-34 F.O.B. Destination and 52.249-1 Termination for Convenience of the Government. BASE YEAR Period of Performance: 12 Months from Date of Award CLIN 00010 Air Conditioning Maintenance?X12 months @ $___________ CLIN 00020 Other parts and Supplies (ref: Section E on Statement of Work)?X1 NTE(Not to Exceed) LT @ $1,650.00 OPTION YEAR #1 Period of Performance: 12 months after Base Year Expires CLIN 00030 Air Conditioning Maintenance?X12 months @ $___________ CLIN 00040 Other parts and Supplies (ref: Section E on Statement of Work)?X1 NTE (Not to Exceed) LT @ $_1,650.00 OPTION YEAR #2 Period of Performance: 12 months after Option Year #1 Expires CLIN 00050 Air Conditioning Maintenance?X12 months @ $___________ CLIN 00060 Other parts and Supplies (ref: Section E on Statement of Work)?X 1 NTE (Not to Exceed) LT @ $_1,650.00 OPTION YEAR #3 Period of Performance: 12 months after Option Year #2 Expires CLIN 00070 Air Conditioning Maintenance?X12 months @ $___________ CLIN 00080 Other parts and Supplies (ref: Section E on Statement of Work)?X 1 NTE (Not to Exceed) LT @ $_1,650.00 OPTION YEAR #4 Period of Performance: 12 months after Option Year #3 Expires CLIN 00090 Air Conditioning Maintenance?X12 months @ $___________ CLIN 00100 Other parts and Supplies (ref: Section E on Statement of Work)?X 1 NTE (Not to Exceed) LT @ $_1,650.00 STATEMENT OF WORK DESCRIPTION/SPECIFICATION A. GENERAL REQUIREMENTS 1. The Contractor shall provide labor, equipment, parts, and materials as required to perform the services described in this specification. The maintenance program shall include servicing the central air conditioning systems for the Ramey Sector Headquarters and adjoined station. Contractor employees who are to work within the facility shall be required to successfully complete a background investigation commensurate with that required of DHS full-time employees prior to receiving unescorted access to the compound. Security requirements statement attached. 2. Services will be provided to: Department of Homeland Security Bureau of Customs and Border Protection US Border Patrol Ramey Sector Headquarters 722 Belt Road ?V Ramey Aguadilla, PR 00603 3. Working hours a. The Ramey Sector Headquarters administrative section??s regular business hours are from 7:30 AM to 4:00 PM, Monday through Friday, except for designated federal holidays and other days, specifically designated by the Chief Patrol Agent. Due to the nature of service provided, the Main building is open 24 hours a day, seven days a week, and may require irregular and unscheduled visits. 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. C. CONTRACTOR FURNISHED ITEMS 1. The contractor shall provide all tools, equipment, materials, labor and services to perform the requirements of this contract. This includes all lubricants, etc. to perform the work specified herein. D. REQUIREMENTS ?V TO BE COMPLETED ON A MONTHLY BASIS COMMENCING ON THE FIRST MONTH OF CONTRACT: 1. Testing a. According to manufacturer specifications, testing will be conducted for proper operation, motor winding resistance, refrigerant charge, fan RPM, refrigerant oil (acid), water condition, safety controls, combustion and draft (if applicable), and control system(s), etc. 2. Inspection a. According to manufacturer specifications inspection will be conducted for worn, failed or doubtful parts, mountings, drive couplings, oil level, rotation, 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: ?? Filters in each fan coil unit shall be removed, thoroughly cleaned, rinsed, and replaced unpolluted. There are four aluminum washable filters in each unit for a total of twelve filters. ?? Brush Cleaning and/or Compressed Air Cleaning: coil surfaces, fan impellers and blades, electrical contacts, condenser and etc. ?? Aligning: belt drives, drive couplings, air fins, etc. ?? Calibrating: safety controls, temperature and pressure controls, etc. ?? Tightening: electrical connections, mounting bolts, pipe clamps, refrigerant piping fittings, damper sections, etc. ?? Adjusting: belt tension, refrigerant charge, fan RFM, gas pressure, set point of controls and limits, compressor cylinder unloaders, damper close-off, etc. ?? Lubricating: motors, fan, and damper bearings, damper leakages, fan vane linkages, etc. ?? When required painting of equipment according to manufacturer??s recommendations. ?? Replacement of belts according to manufacturer recommendations. 4. Reports a. A detailed service report shall be provided to the Chief Patrol Agent after each service within 1 day after days. E. REPAIRS OUTSIDE THE SCOPE OF WORK AS STATED ABOVE 1. The Contractor may require assisting the Government periodically in the repair of AC systems equipment for the facility. a. This portion of the contract will be awarded for unscheduled work which exceeds the scope identified in paragraphs A through D above, or urgently needed services which are beyond or not included in the scope of the Firm Fixed Price work. b. The actual amount of work to be performed (CLIN 00020, CLIN 00040, CLIN 00060, CLIN 00080 & CLIN 00100), an estimate of the professional/technical effort required, and the time of such performance shall be authorized by DCPA Carlos Marrero. LIST OF AC UNITS MANU-FACTURER DESCRIPTION SERIAL NUMBER PLACED IN SERVICE Carrier Fan Coil #1 3002F67693 11/22/2002 Carrier Fan Coil #2 3002F67692 11/22/2002 Carrier Fan Coil #3 3102F69263 11/22/2002 Carrier Condenser ??A?? Fan Coil #1 301ED2747 11/22/2002 Carrier Condenser ??B?? Fan Coil #1 2202E21332 11/22/2002 Carrier Condenser ??A?? Fan Coil #2 31921287 11/22/2002 Carrier Condenser ??B?? Fan Coil #2 310E02440 11/22/2002 Carrier Condenser ??A?? Fan Coil #3 3502E9872 11/22/2002 Carrier Condenser ??B?? Fan Coil #3 2202AE1319 11/22/2002 SECURITY REQUIREMENTS GENERAL DHS has determined that performance of this contract requires that the Contractor, subcontractor(s) vendor(s), etc. (herein known as Contractor), have access to DHS facilities and that the Contractor will adhere to the following: SUITABILITY DETERMINATION DHS shall have and exercise full control over granting, denying, withholding or terminating unescorted government facility access for Contractor employees based upon the results of a FBI Fingerprint Check. No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable suitability determination by the Security Office. BACKGROUND INVESTIGATION Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, needing unescorted building access shall undergo a fingerprint check. All fingerprint checks will be processed through the Security Office. Prospective Contractor employees shall submit the following completed forms to the Security Office through the COTR no less than 30 days before the starting date of the contract or 30 days prior to entry on duty of any employees, whether a replacement, addition, sub-contractor employee, or vendor: 1. Standard Form 85P, ??Questionnaire for Public Trust Positions?? 2. FD Form 258, ??Fingerprint Card?? (2 copies) 3. Foreign National Relatives or Associates Statement DHS will provide required forms at the time of award of the contract. Only complete packages will be accepted by the Security Office. Specific instructions on submission of packages will be provided upon award of the contract. DHS will consider only US Citizens and Legal Permanent Residents for employment on this contract. CONTINUED ELIGIBILITY If a prospective employee is found to be ineligible for access to Government Facilities the COTR will advise the contractor that the employee shall not be assigned to work under the contract. The Security Office may require drug screening for probable cause at any time and/or when the contractor independently identifies circumstances where probable cause exists. DHS reserves the right to deny and/or restrict the facility access of any Contractor employee whose actions are in conflict with the DHS standards of conduct, 5 CFR 2635 and 5CFR 3801, or whom DHS determines to present a risk of compromising sensitive Government information to which he or she would have access under this contract. The Contractor will report any adverse information coming to their attention concerning contract employees under the contract to DHS Security Office. Reports based on rumor or innuendo should not be made. The subsequent termination of employee does not obviate the requirement to submit this report. The report shall include the employees?? name and social security number, along with the adverse information being reported. The Security Office must be notified of all terminations/resignations within five days of occurrence. The Contractor will return any expired DHS issued identification cards and building passes, or those of terminated employees to the COTR. If an identification card or building pass is not available to be returned, a report must be submitted to the COTR, referencing the pass or card number, name of individual to whom issued, the last known location and disposition of the pass or card. EMPLOYMENT ELIGIBILITY The Contractor must agree that each employee working on this contract will have a Social Security Card issued and approved by the Social Security Administration. The Contractor shall be responsible to the Government for acts and omissions of his own employees and for any Subcontractor(s) and their employees. In the interest of limiting access to potentially sensitive information and Information Technology (IT) Systems, DHS will consider only US Citizens and Lawful Permanent Residents (LPR) for employment on this contract. DHS will not approve LPRs for employment on this contract in any position requiring the LPR to access or assist in the development, operation, management or maintenance of Department of Homeland Security (DHS) IT systems, unless a waiver has been granted by the DHS Chief Information Officer. EVALUATION CRITERIA A firm-fixed price order will be made to the lowest price technically acceptable, responsive offeror, whose proposal will meet the Governments?? requirement. PAYMENT A purchase order will be issued for the work described in this notice. NET 30 payment terms will apply to the order, however, payment will not be made until inspection and acceptance of work has been performed by the Government and an acceptable, original invoice has been submitted by the vendor. An invoice shall not be submitted until all work has been completed and accepted by the Government. Quotes are due by November 2, 2007 at 4:00 PM Central Time. All responsible sources should submit a response via email to: Lety.Ramos@dhs.gov; or fax to (956) 764-3047. Questions regarding this requirement should be forwarded to Leticia Ramos via email or via phone @ (956) 764-3278. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1008Q1548/listing.html)
 
Place of Performance
Address: U.S. BORDER PATROL RAMSEY SECTOR HEADQUARTERS 722 BELT ROAD - RAMSEY AGUADILLA, PR 00603
Zip Code: 00603
Country: UNITED STATES
 
Record
SN01460608-F 20071201/071129225549 (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.