Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

41 -- Demilitarize Air Conditioning Wall Units & Refrigerators

Notice Date
3/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - East, Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W911S109T0010
 
Response Due
4/6/2009
 
Archive Date
6/5/2009
 
Point of Contact
Deborah E. Terrell, 609-562-2093<br />
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is W911S1-09-T-0010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 19 March 2009. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. This requirement is being solicited as a small business set-aside and the size standard is $7.0. The North American Industry Classification System code (NAICS) is 811412, Appliance Repair & Maintenance. The Standard Industrial Classification (SIC) is 3585, Refrigeration & Heating Equipment. A firm fixed price contract will be awarded. Award will be made to the proposal which offers the best value to the government. The Government also reserves the right to make no award at all. DESCRIPTION OF REQUIREMENT: Contractor shall provide all material, labor, equipment, transportation, and supervision required to for the demilling of air conditioning window units and refrigerators, in accordance with specifications and scope of work. This requirement needs to be completed within 30 days. Line Item 001AA: 334 air conditioning window units, 6,000 BTU thru 17,000 BTU Recover Freon from each A/C unit. Disposal of reclaimed refrigerant and compressor oil, IAW: EPA regulations at 40 CFR 82.125. Remove compressor from unit. Drain any remaining refrigerant oil from compressor. Bent over/crimp shut the two supply lines on the compressor. Cut electrical plug off of unit. Stack compressor on a pallet (government provided) for government agent inspection. After inspection completed, place compressors in dumpster (government provided). Cut electrical plug off of unit. Place Freon recovered unit in Government provided dumpster with all panels/covers. Attain model/serial number information from data plate. Complete and provide a Refrigerant Removal Verification Statement (DRMS Form 2016) for each unit Freon recovered from and the Daily Worksheet, the Quantity of Freon Recovered Form(government provided form) and provide to the DOL Maintenance Division, Bldg # 6741, 16th Street, Maintenance Services Assistant, Mr. Robert Takakjy, daily before 4:30 p.m. Line Item 001AB: 248 refrigerators, 1.7 CF thru 21 CF. Disposal of reclaimed refrigerant and compressor oil, IAW: EPA regulations at 40 CFR 82.125. Remove compressor from unit. Drain any remaining refrigerant oil from compressor. Bent over/crimp shut the two supply lines on the compressor. Cut electrical plug off of unit. Stack compressor on a pallet (government provided) for government agent inspection. After inspection completed, place compressors in dumpster (government provided). Cut electrical plug off of unit. Place Freon recovered unit in Government provided dumpster with all panels/covers. Attain model/serial number information from data plate. Complete and provide a Refrigerant Removal Verification Statement (DRMS Form 2016) for each unit Freon recovered from and the Daily Worksheet, the Quantity of Freon Recovered Form(government provided form) and provide to the DOL Maintenance Division, Bldg # 6741, 16th Street, Maintenance Services Assistant, Mr. Robert Takakjy, daily before 4:30 p.m. C.1.1. Personnel: The Contractor shall furnish supervisory, administrative, and direct personnel to accomplish all work required. The Contractor shall employ competent and skilled personnel who are proficient in performing required service. An on-site contractor shall be needed for this requirement. Contractor personnel must be able to obtain a security pass to enter the Post. C.1.2. Identification of Contractors Employees: Each employee of the Contractor shall conspicuously display on his/her person while performing services in accordance with resultant contract, an identification card, which shall include the full name of the employee, the legal name under which the Contractor is doing business, and a badge serial number. C.1.3. Federal Holidays: Work shall not be required on the following legal holidays nor on holidays observed in lieu thereof: New Years DayLabor Day M.L. King DayColumbus Day Presidents DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day When a service falls on a holiday, the work shall be accomplished the day following or day preceding the holiday, as desired by the QAR. The QAR is responsible for coordination with Contractor for rescheduling if the facility is closed for a training holiday. C.1.4 Hours of Work: The work that is being executed under this contract unless otherwise specified shall be performed between the hours 0800 and 1630 (8:00 AM- 4:30 PM), Monday through Friday, excluding legal holidays. NO EXCEPTION. Any deviation from normal duty hours must be approved by the Contracting Officer. The Contractor shall submit a schedule of proposed operations to the Contracting Officer for approval. Such schedule shall be subject to change so that the Contractors work does not conflict with or otherwise disrupt normal operations of the Government. The Contractor may be required to reimburse the government for the expense of inspecting work performed outside the normal hours of operation. C.1.5. Safety: The Contractor shall be responsible for instructing his employees on proper safety procedures. The Contractor shall be responsible for leaving the job site in a safe and secure condition at the end of each workday. C.1.6. Damage Caused by the Contractor: The Contractor shall be responsible for any damage caused by him or the subcontractors during the performance of this contract, and shall be required to reimburse the United States Government for the cost of any repairs resulting from those damages, or the Contractor/subcontractor shall make the necessary repairs to the satisfaction of the United States Government. C.1.7. Time of Delivery: If, as the work progresses, it is determined that the project cannot be accomplished within the original proposed cost or subsequently approved revised cost estimates, the ACO shall be advised immediately, and the Contractor will be instructed as to the appropriate action to be taken. SECTION C-2 PUBLICATIONS Section 608 of the Federal Clean Air Act and U.S. EPA regulations at 40 CFR 82.156. http://www.epa.gov/ozone/title6/608/faq.html ; EPA: Regulations at 40 CFR 82.156. www.gpoaccess.gov/cfr/index.html SECTION C-3 Government Furnished Facilities and Services Pallets SECTION C-4 Contractor Furnished Items: N/A SECTION C-5 Specific Tasks: C.5.1. Specifications: De-militarize (Disposal of A/C Window units and Refrigerator units). Technician must have completed training and be certified as required under section 608 of the Federal Clean Air Act in the proper use of Air Conditioning/Refrigerant, Recovery and Recycling Equipment. Performance of work will be on site at Fort Dix, N.J. Building numbers and locations will be provided at start of work. C.5.2.The contractors Air Conditioning/Refrigerant Recovery and Recycle Equipment must conform to section 608 of the Federal Clean Air Act and U.S. EPA regulations at 40 CFR 82.156. The contractor is responsible for the correct amount of storage tanks for the recovered Freon and reclaimed compressor oil. The contractor personnel and equipment will be checked at the start of work and spot checked during performance of work by the Post environmental personnel. The contractor must provide all equipment to perform the work; i.e. work table, tools, hand truck and spill containment material. Any discharge of Freon/refrigerant into the air or spill of refrigerant oil must be reported to the Post environmental personnel at RDPW Environmental Section: Ms. Sarah Woo, Clear Air Act Permit 609-562- 2219, Mr. Robin Aitken, Hazardous Material Technician. 609-562-3682 DELIVERY ADDRESS: Service is to be procured on behalf of DOL Maintenance Division, 6741 16th Street, Fort Dix, NJ 08640. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 222-41 Service Contract Act; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2 Protection of Government Buildings and Equipment; FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.222-54, Employment Eligibility Incorporated by Reference Verification. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98c7b09ffc468dd4d4f63ee7ea1c4787&tab=core&_cview=1)
 
Place of Performance
Address: DOL Maintenance Division Building 6741 16th Street Fort Dix NJ<br />
Zip Code: 08640-5097<br />
 
Record
SN01775612-W 20090325/090323215820-98c7b09ffc468dd4d4f63ee7ea1c4787 (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.