Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2003 FBO #0533
SOLICITATION NOTICE

41 -- Furnish and Install Exhaust Fan with a Refrigerant Monitoring System

Notice Date
5/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0089
 
Response Due
5/30/2003
 
Archive Date
6/14/2003
 
Point of Contact
Susan Starks, Contract Specialist, Phone 202-767-8034,
 
E-Mail Address
Susan.Starks@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. F49642-03-T-0089. 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 23595 (formerly SIC code 1796) at $11.5 size standard. LINE ITEM: 0001 Furnish and Install Exhaust Fan with a Refrigerant Monitoring System, IAW the attached Statement of Work; Period of Performance: 4 Jun ? 3 July 2003, QTY: 1/EA, UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by the Government Personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION STATEMENT OF WORK FOR Install Exhaust Fan and Refrigerant Monitor: 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to ensure installation of exhaust fan and refrigerant monitor in south shed at bldg.18 located at Bolling Air Force Base in a manner that will present a neat and professional appearance. The shed at bldg 18 to have the installation of fan and monitor in accordance with ASHRAE 15-1994 guidelines require that any enclosed space used to store refrigerants have exhaust ventilation and a refrigerant monitor with alarm. The services shall include complete cleanup of the work area, leaving no debris or equipment. The contractor shall perform the following services in accordance with the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) safety guidelines. 1.1. The work description shall serve as general information only and shall not be construed to limit the Contractor?s responsibility or obligation to comply with the contract documents to install 300 cubic feet per minute (CFM) Exhaust Fan and a Refrigerant Monitor (specifications of monitoring system is included in this SOW), for Bolling AFB, DC. Some trenching/ excavating may be necessary to run power from Bldg 18 to location of storage shed. All measurements are the contractor?s responsibility and must comply with the drawings and specifications. 1.2. Exhaust Fan Specification. Fan shall be wall mounted, single phase, 110 volts, 1/10 HP, direct drive, 10? fan diameter, 300 CFM. 1.3. Refrigerant Monitor specification. The refrigerant monitor shall continuously monitor for six (6) refrigerants for concentrations between zero (0) and 1,000 ppm. The monitor shall have an audible horn indicating fault or alarm. The unit shall have a self-diagnosing fault alarm and three levels of refrigerant concentration alarm set points. The unit shall have a unit-mounted alarm strobe light that will be initiated automatically upon unit audible alarm operation. The outside mounted alarm status light shall be a single level light tower with audible alarm mounted upon conduit. 2. CONTRACTOR REQUIREMENTS: The contractor shall specialize and be experienced in the HVAC industry or projects similar to what is required in this statement of work. The contractor shall possess applicable licenses and certification as required by industry standards. 3. GENERAL INFORMATION. 3.1. PERFORMANCE PERIOD. The contractor will be required to complete this project within thirty (30) days receipt of award / contract. 3.2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will furnish to the contractor, all water, electricity and sewage in the performance of this contract. 3.3. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulation of the installation. 3.3.1. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, request for Visitor/Vehicle Pass, and DD Form 1172, Application for Uniformed Services Identification Card, and submit it through the Contracting Officer to the Security Forces and Pass and Registration. Vehicle registration, proof of insurance and valid drivers license must be presented for all vehicles to be registered. 3.3.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor?s use. All government facilities, equipment, and materials shall be secured. The contractor shall be responsible for placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards (OHSA). 3.4. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall perform all services under this contract during a national crisis according to the Department of Defense Instruction (DODI) 3020.37. 3.5. CONTRACTOR ? FURNISHED ITEMS AND SERVICES. Except for those items and services specifically stated in Government Furnished Property and services, paragraph 3, the contractor shall furnish everything needed to perform this contract according to all its terms. 3.6. SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all applicable local, state, and federal requirements that are safety related. Safety shall be the responsibility of the contractor. 3.7. HOURS OF OPERATION: Normal hours of operations are from 7:00 AM through 5:00 PM, Monday through Friday. 3.8. DISPOSAL: It shall be the responsibility of the contractor to dispose of removed materials from Bldg 18 and Bolling AFB. The contractor shall not use any of the installation dumpsters for disposal. All materials shall be disposed of by they contractor at an off-base site, meeting all local, County, State, Federal regulations. 3.9. CLEAN-UP: Contractor shall clean the work area at the end of each shift, removing all cuttings and scrap materials, if any. 4. CONTRACTOR PERSONNEL: 4.1. Personnel Manager. The contractor shall provide a manager who shall be responsible for the performance of the work. The name of this person and an alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start date and updated as necessary. Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The personnel manager, alternate(s) must be able to read, write, speak and understand English. 4.1.2. Contractor Personnel. The contractor shall not employ persons for work on this installation if such employee is identified to the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Identification shall be worn or attached to other garment at all times. The contractor shall provide the contractor officer a list of personnel working personnel working under this statement of work (SOW) prior to contract start date. 4.1.3. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force Base regulations concerning conduct of personnel. 5. WARRANTIES. 5.1.1 The contractor warrants that the work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contracts shall remedy at the contractor?s expense any defects noted by the Quality Assurance Evaluator. 5.1.2 The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship within the specified warranty period. The warranty period shall be one year after the date of completion or the time limit set forth in the manufacturer?s warranty. 5.2 GOVERNMENT REMEDIES: The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997) for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 5.3 ENVIRONMENTAL CONTROLS: Compliance with Laws and Regulations. The contractor shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, permits, DOD, Air Force and base environmental requirements and instructions. The contractor shall ensure that all subcontractors comply with the same. The contractor shall ensure policies and procedures are established that protect the safety and health of employees and the community to minimize or eliminate the risk of environmental pollution. If the contractor spill or release any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the Environmental Coordinator at 202-767-8600, in accordance procedures. The contractor shall notify the primary QA personnel, SSgt Dan Pe?a, (202) 767-1092, or in his absence the alternate QA personnel, TSgt Craig Moffett, (202) 404-6542. The contractor shall be liable for containment and environmental clean up of the spill or release of such substance. If spillage creates contaminated soil, the contractor shall at his own expense, remove the contaminated soil, properly dispose of the soil and replace it with uncontaminated topsoil and restore the grounds to their original condition. The contractor shall not dispose of contaminated soil or any hazardous materials on Bolling Air Force Base. 6. COORDINATION: The point of contact for all work on this project shall be SSgt Pe?a or designated alternate at (202)767-1092. 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: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. 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: (b) DFARS (Chapter 2), 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: 23400 Heating, Refrigeration, and Air Conditioning Mechanic WG-10 $22.10. The incorporated Wage Determination 1994-2103, dated October 4, 2002, revision 28 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 30 May 2003 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail, email, or facsimile to the attention of TSgt Susan T. Starks. 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 TSgt Susan T. Starks, Contract Specialist, Phone (202) 404-1215, FAX (202) 767-7897/7896, E-mail to Susan.Starks@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB DC
Zip Code: 20032
 
Record
SN00324000-W 20030516/030514213525 (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 |
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.