Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
MODIFICATION

J -- CLEANING HVAC DIFFUSERS & GRILLES AT NOAA, AOC

Notice Date
3/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-10-06503
 
Archive Date
3/31/2010
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Donita S. McCullough, Phone: (816)426-7400
 
E-Mail Address
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
(ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is amendment 0001 which changes the specification requirements. This is the public notice for acquisitions over $10,000.00. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD). EAD intends to issue a fixed price purchase order for the cleaning or replacement of approximately 274 ceiling mounted air diffusers and return/exhaust grilles in 4 buildings at the NOAA, Aircraft Operations Center, MacDill AFB, FL. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, EAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFQ No.NMAN6000-10-06503. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-38. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 2008) 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2009) Section (b) (8i), (18), (19), (21), (22), (24), (33), (38) (c) (1), (2) Maintenance worker WG-4749, $15.21-17.75/hr FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. STATEMENT OF WORK: Remove, clean, sanitize, and replace or remove and replace with new like items approximately 274, 2ft x 2ft, ceiling mounted heating ventilation and air conditioning (HVAC) air diffusers and return/exhaust air grilles in 4 buildings at NOAA, Aircraft Operations Center, 7917 Hangar Loop Dr, Hangar 5, MacDill AFB, FL 33621. Replace any rusted differs/grilles with matching replacements (12 differs and 10 grilles identified). Contractor shall have the option to replace all diffusers and grilles with new like items if it is more economical than to clean and sanitize the items. If contractor elects to clean and sanitize the items, any stains remaining on the diffusers and/or grilles are unacceptable. Approximate breakdown per building: Hangar 5 (203 grilles and diffusers), Building 9 (52 grilles and diffusers), Building 24 (12 grilles and diffusers), and building 44 (7grilles and diffusers). NOTE: Ceilings are 8-10 ft in all buildings and hangar. All ceiling mounted diffusers/grilles are 2 ft x 2 ft. All work to begin within 30 days after receipt of purchase order. Contractor will have 10 calendar days to complete all work. All work shall be accomplished during normal business hours Eastern time (8:00AM - 4:00PM) Monday thru Friday or after business hours (4:00PM - 10:00PM) or on weekends. 1.No work shall be done without a contractor supervisor present. 2.Contractor shall coordinate all work with the AOC facility manager each day. 3.All work shall be completed to the satisfaction of AOC and inspected by AOC, and signed off by the AOC facility manager immediately after it is complete, and before the contractor moves on to the next building/hangar. 4.Contractor shall ensure workplace remains clean at all times, free of dust and dirt. 5.Contractor shall remove all of its trash daily. 6.Contractor shall provide all necessary tools, equipment, and supplies. 7.Contractor shall be responsible for any damages caused by contractor personnel or equipment, and will replace anything broken or damaged with like items. 8.Contract shall be certified, licensed, and insured to perform HVAC work on commercial facilities. All contractor employees who will be performing work at AOC will be required to participate is a full security screening. However, the Certification and Accreditation requirements of clause 73 do not apply, and a Security Accreditation Package is not required. PRICE/QUOTE: This is an order for commercial items. The Department of Labor Service Act Wage Determination for the area in which the work will take place will be applicable. Offerors can obtain the wage determination by accessing the following website: www.dol.gov/wagedeterminations. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified herein. Prices quoted for line item numbers 0001, 0002, 0003, and 0004 shall be fixed-price inclusive of all costs. LINE ITEM 0001: Building 9. Clean and sanitize appx.51 HVAC ceiling mounted diffusers/grilles. Replace 1 rusted exhaust grille. Total number 52. Quantity Unit Unit Price Amount 1 Job $__________ $_________ LINE ITEM 0002: Building 24. Clean and sanitize appx.6 HVAC ceiling mounted diffusers/grilles. Replace 6 rusted HVAC ceiling mounted exhaust grilles. Total number 12. Quantity Unit Unit Price Amount 1 Job $__________ $_________ LINE ITEM 0003: Building 44. Clean and sanitize approx.7 HVAC ceiling mounted diffusers/grilles. Total number 7. Quantity Unit Unit Price Amount 1 Job $___________ $__________ LINE ITEM 0004: Hangar 5. Clean and sanitize approx. 188 HVAC ceiling mounted diffusers/grilles. Replace: 6 rusted supply diffusers, 5 rusted return air filter grilles, and 4 rusted exhaust grilles. Total number 203. Quantity Unit Unit Price Amount 1 Job $_________ $___________ CONTRACTOR WORK PROCESS: Prices quoted are: to remove, clean, sanitize and replace (except for items needing replacement) _______ or for replacement of all items with new like items_________ (Please indicate as appropriate.) SITE VISIT: Interested contractors are invited to make a site visit to AOC to observe conditions and the items needing replacement and cleaning. Site visits can be arranged by contacting Mr. John Harrison at AOC: Tel. No. 813-828-3310 x3013. Failure of the contractor to visit the site will not relieve the contractor from responsibility for pricing properly the difficulty and cost of successfully performing the work. The Government assumes no responsibility for any conclusions made by the contractor based on the information made available by the Government. QUOTE SUBMISSION: Signed and dated quotes must be submitted. Quotes must be received on or before close of business March 16, 2010. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (annual reps and certs may be made at http://orca.bpn.gov and stated in the quote that ORCA has been completed), 2. Pricing Information lines 0001 thru 0004 and contractor option, 3. Copy of contractor's certificate or license to perform HVAC work, and 4. Copy of contractor's insurance certificate showing amount of liability insurance The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. All responsible offerors may submit a response to this notice that will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-10-06503/listing.html)
 
Place of Performance
Address: NOAA, Aircraft Operations Center, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02079649-W 20100303/100301235211-484f5a18d856c37aded1690cebcf3a71 (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.