SOLICITATION NOTICE
S -- HVAC Cleaning in various buildings on Bolling AFB, DC.
- Notice Date
- 9/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- F49642-02-T-0279
- Response Due
- 9/27/2002
- Archive Date
- 10/12/2002
- Point of Contact
- Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897, - Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816,
- E-Mail Address
-
valerie.gaines@bolling.af.mil, willie.haney@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation is issued as Request for Quotation (RFQ) No. F49642-02-T-0279. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 561790 (formerly SIC code 7349) at $6 million size standard. LINE ITEMS: 0001 Clean HVAC Systems and Single Air Conditioning Units in Bldg 5683, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002 Clean HVAC Systems and Single Air Conditioning Units in Bldg 1306, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0003 Clean HVAC Systems and Single Air Conditioning Units in Bldg 20, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0004 Clean HVAC Systems and Single Air Conditioning Units in Bldg 21, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0005 Clean HVAC Systems and Single Air Conditioning Units in Bldg 1300, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0006 Clean HVAC Systems and Single Air Conditioning Units in Bldg 1304, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0007 Clean HVAC Systems and Single Air Conditioning Units in Bldg 1307 QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0008 Clean HVAC Systems and Single Air Conditioning Units in Bldg 3610, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0009 Clean HVAC Systems and Single Air Conditioning Units in Bldg 50, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0010 Clean HVAC Systems and Single Air Conditioning Units in Bldg 1301, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0011 Clean HVAC Systems and Single Air Conditioning Units in Bldg 2482 QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0012 Clean HVAC Systems and Single Air Conditioning Units in Bldg 2565, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. A complete price breakdown is required as part of your offer for each line item listed above. The following is an example: number of hours, hourly rate, materials, completion time for each building, etc. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be partially awarded. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR AIR CONDITIONING & HEATING DUCT CLEANING 1. DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, transportation, supervision, and other services necessary to remove mold/mildew or dust accumulation from interior surfaces of air conditioning/heating duct system and single conditioning units in the following buildings at Bolling AFB, Washington DC: 5683; 1306; 20; 21, Security Police; 1300, Medical Group; 1304, INDS; 1307, Community Center; 3610, Chapel; 50, Officer Club; 1301, Dining Hall; 2482, Slip Inn, and 2565, NCO Club. 1.1. WORK DESCRIPTION: All interior surfaces of duct, air handler plenums, fan air diffusers, grate grills and louvers shall be cleaned and chemically sanitized, utilizing the latest state of the art equipment, methods and trade practices. Degreasers or other detergent(s) may be used. The contractor shall use drop cloths/plastic where necessary to protect the government property. The contractor shall replace all existing ceiling tiles/panels or wallboard and coverings if removed prior to cleaning the duct system. All work shall be in accordance with the statement of work, the appropriate equipment manufacturer?s recommendations and commercial practices. 1.2. The contractor may insert scissions into the duct system to allow for easy access for cleaning. The contractor shall install new panels/plates for each scission made as necessary. 1.3. The contractor shall provide all filters. 2. OFF BASE DISPOSAL: The contractor shall clean all areas of debris and cleaning residue resulting form cleaning operation. The contractor shall transport and dispose off base; all debris associated with duct cleaning. Disposal shall be in accordance with existing, local, state, and federal regulations. 3. PROTECTION OF REAL PROPERTY: The contractor shall take all necessary precautions to ensure there's no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the Quality Assurance, QA(s) and approved by the Contracting Officer, (CO) at no additional cost to the government. Also, the contractor shall be responsible for any damage to security alarm devices and/or wiring within ductwork. 4. ENVIRONMENTAL CONTROLS: The contractor shall be knowledgeable of and comply with all applicable Federal, State, and Local Laws, Regulations, and Requirements regarding environmental protection. 5. GENERAL INFORMATION: 5.1. BASE ENTRY PASSES: The contractor shall submit to the Quality Assurance a list of employees which will be working on base, along with their social security numbers three working days prior to start of work in order to insure base entrance passes. 5.2. WORK SCHEDULE: The contractor shall coordinate the initial scheduling of work with the building manager, Quality Assurance (QA) personnel, and the Contract Administrator prior to commencing work. Work schedule shall begin after normal duty hours (4:00 p.m.). 5.3. SERVICES CALLS: The contractor shall report to the Service Contract Office, (CES/CEOEC) or the building manager before and after job is completed. POC: Helen V. Walker, 202-767-1259 duty phone / 202-365-8302 cell phone. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5, 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: A site visit will be conducted on 23 Sep 02 at 9:00 A. M. EST. We will meet at building 5681, 2nd Floor Lobby. Floor plans will be provided for each building at the site visit. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Valerie Gaines no later than noon, 19 Sep 02. Add paragraph (l), Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Heating, Refrigeration and Air Conditioning Mechanic, Monetary Wage-Fringe Benefits: WG-10, $19.60; Employee Class: Maintenance Trade Helper, Monetary Wage-Fringe Benefits: WG-5, $13.96. The incorporated Wage Determination 1994-2103, dated August 22, 2002, revision 27 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 27 Sep 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Valerie Gaines, Contract Specialist, Phone (202) 767-8030, FAX (202) 767-7897, E-mail to Valerie.gaines@bolling.af.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-02-T-0279/listing.html)
- Place of Performance
- Address: Bolling AFB Washington DC
- Zip Code: 20332
- Country: United States
- Zip Code: 20332
- Record
- SN00165704-F 20020915/020913220409 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |