Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

S -- HVAC VENTILATION CLEANING - Statement of Work - Wage Determinations - Building Drawings

Notice Date
1/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maine, Camp Keyes, Augusta, Maine, 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-10-Q-2000
 
Archive Date
3/4/2010
 
Point of Contact
Jason M. Edwards, Phone: 207-990-7107
 
E-Mail Address
jason.edwards.1@ang.af.mil
(jason.edwards.1@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Davis Bacon Wage Determination Service Contract Act Wage Determination 2005-2241 Revision #9 Amendment to Statement of Work Original Statement of Work 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912JD-10-Q-2000, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238220 and the small business size standard is $14.0 million. SUBMISSION AND EVALUATION OF QUOTES: To assure timely and equitable evaluation of the quotations, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract email address not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of four (4) separate parts; Bid Schedule, Delivery Schedule, Technical Information, and submittals required by the attached Statement of Work. Offers shall be evaluated using Lowest Price Technically Acceptable criteria in accordance with FAR 15.101-2 and 52.212-2. EACH BUILDING SHALL BE BID SEPARATELY UNDER LINE ITEM 0001. DEPENDING ON THE AWARD AMOUNT AND THE AMOUNT OF FUNDING, SOME OR ALL OF THE BUILDINGS MAY BE AWARDED. BID SCHEDULE FOR SERVICES: 0001 -Services, Non-Personal; to furnish all labor, parts, materials, facilities and transportation necessary to perform listed: Clean HVAC systems in ten (10) buildings. Work will include the removal of visible contaminants and deposits from within the HVAC system in strict accordance with the Statement of Work (SOW). Service Contract Act of 1965 applies. 0001AA- Building 505 0001AB- Building 489 0001AC- Building 417 0001AD- Building 486 0001AE- Building 530 0001AF- Building 513 0001AG- Building 536 0001AH- Building 541 0001AI- Building 542 0001AJ- Building 510 0002-Construction; Contractor shall install access doors to the HVAC ventilation systems in ten (10) buildings in accordance with the incorporated statement of work and incorporated Davis-Bacon Wage decision to perform the service described in CLIN 0001. ALL WORK IS TO BE PERFORMED AT MAINE AIR NATIONAL GUARD BASE, BANGOR, ME. PERIOD OF PERFORMANCE FOR COMPLETION WILL BE 30 DAYS FROM DATE OF AWARD. DELIVERY SCHEDULE: Proposed start date shall be within 60 days of close date of the solicitation. Period of Performance shall not exceed 30 days. TECHNICAL INFORMATION: Offerors quoting shall include the Technical Data with their offer. Technical data must clearly demonstrate what type of procedure will be utilized to perform the HVAC Ventilation cleaning, what specialized equipment will be utilized to perform the service and the qualifications of the technicians and laborers who will be performing the services. Qualification information will include what specific licenses the technicians and laborers hold and the length of their experience performing this specific service. Failure to clearly demonstrate compliance with this requirement may result in a Quote being found non-responsive to the technical requirements and not considered for award. PAST PERFORMANCE: Past performance information will be used as part of this solicitation in determining Contractor Responsibility in accordance with FAR Subpart 9.1. Offerors are to include a single typed sheet listing a minimum of three (3) past performance references of previous prime contractor awards made to the Offeror within the past five (5) years with a United States Department of Defense Agency for HVAC Ventilation Cleaning of similar scope as this requirement. The following information shall be included: Contract Number; Contract Amount; Service Supplied, Delivery Schedule, Contract Agency Name and Address; and Contract Agency Point of Contract Name, Phone Number and Email Address. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ANY AND ALL SOLICITATION AMENDMENTS. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation); FAR 52.222-6, Davis-Bacon Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.236-5, Material and Workmanship; FAR 52.236-7, Permits and Responsibilities; FAR 52.236-12, Cleaning Up; FAR 52.236-13 Alt I, Accident Prevention; FAR 52.236-14, Availability and Use of Utility Services; FAR 52.236-21, Specifications and Drawings for Construction; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-14, Suspension of Work; FAR 52.242-15, Stop-Work Order; FAR 52.242-17, Government Delay of Work, FAR 52.243-5, Changes and Changed Condition FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Clauses Incorporated by Deviation; DFARS 252-201-7000, Contracting Officers Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004-Alternate I, Required Central Contractor Registration; DFARS 252.212-7001- Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.236-7000, Modifications Proposals-Price Breakdown; DFARS 252.236-7001, Contract Drawings, and Specifications; DFARS 252.246-7000, Material Inspection and Receiving Report; CLAUSES IN FULL TEXT FAR 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) - Requirements of this clause fulfilled by the completion of the Online Representations and Certifications Application (ORCA). The Government reserves the right to award on an all or none basis. All firms shall be registered in the Central Contractor Registration (CCR) database @ www.ccr.gov and the Online Representations and Certifications Application (ORCA) @ https://orca.bpn.gov/ to be considered for award. All quotes must be sent to MSgt Jason Edwards at: Fax 207-990-7482; e-mail jason.edwards.1@ang.af.mil or mail directly to 101 MSG/MSC, 105 MAINEiac Ave., Suite 510, Bangor, ME 04401. Quotes are required to be received no later than 10:00 AM EST, Tuesday, 2 February 2010. A PRE-AWARD SITE VISIT IS SCHEDULED FOR 09:00 AM EST AT BUILDING 486 (CIVIL ENGINEERING SQUADRON) ON Tuesday, 26 January 2010. A tour of all buildings under the scope of work will be performed to allow for question and answers. All contractors wishing to attend the pre-award site visit will need to be registered via e-mail with MSgt Jason Edwards by 22 January 2010. Those contractors not registered will not be authorized access to the Maine Air National Guard Base, Bangor, Maine.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-10-Q-2000/listing.html)
 
Place of Performance
Address: Maine Air National Guard Base, Numerous Locations, Bangor, Maine, 04401, United States
Zip Code: 04401
 
Record
SN02034244-W 20100106/100104235341-d3b8d72d0560b164d33f59de954b67bc (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.