SOLICITATION NOTICE
J -- PREVENTIVE MAINTENANCE, REMEDIAL MAINTENACE, AND EMERGENCY SERVICES FOR THE HVAC, FUME HOODS AND CONTROL SYSTEMS
- Notice Date
- 3/24/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- RFP09-3615-05
- Response Due
- 4/15/2005
- Archive Date
- 12/31/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service requires maintenance of the fume hoods, all pneumatics and electrical thermostat controllers that operate the HVAC system and exhaust fan systems, independent HVAC units, cold rooms, growth chambers, water heaters and air compressors at the USDA, AFRS in Kearneysville, WV in accordance with the terms, conditions and specifications contained in this document. Delivery shall be FOB Destination, within Consignee?s Premises. Services required, but not inclusive are inspection, testing, cleaning, analysis, calibration, repairing of each system as stated in the specifications. The solicitation will include the following response times: 1) for emergency calls-2 hours after notification; and 2) non-emergency calls?within 24 hours after notification. The periods of performance will be from May 1, 2005 (or date of award, whichever is later) through April 30, 2006 (base period), with four (4) one-year option periods. 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. Proposals are being requested and a written solicitation has been issued. The Solicitation number 09-3615-05 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 using Federal Acquisition Regulations (FAR) Part 12, Acquisition for Commercial Items, Part 13, Simplified Acquisition Procedures, and Part 15, Negotiations, and Part 37, Services. The Government expects to award a firm, fixed-price Performance Based Service Contract. This procurement is 100 percent set-aside for small businesses. The NAICS is 334512 with a size standard of 500 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Requests for a copy of the RFQ must be in writing and include your company?s name, mailing address, telephone and fax numbers and be received at the Contracting Officer?s Office by April 5, 2005. BASE PERFORMANCE PERIOD: MAY 1, 2005 (OR DATE OF AWARD, WHICHEVER IS LATER) THROUGH APRIL 30, 2006. LINE 01A-HVAC Controllers-Service in accordance with the contract specification Section 2.0 to 3.3 and the Equipment List-Group A; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01B-Exhaust Fan Systems-Service in accordance with the contract specification Section 4 and the Equipment List-Group B; QTY:12; UNIT: MO; UNIT PRICE:$; AMOUNT:$. LINE 01C-HVAC Heating Systems and Boilers-Service in accordance with the contract specification Section 5.0 to 6.2 and the Equipment List-Group C; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01D-HVAC Cooling Systems-Service in accordance with the contract specification Section 7 and the Equipment List-Group D; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01E-HVAC Air Handlers-Service in accordance with Section A.4, the contract Specification Section 8 and the Equipment List-Group E; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01F-Independent HVAC System-Service in accordance with the contract specification Section 9 and the Equipment List-Group F; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01G-Facility Air Compressors-Service in accordance with the contract specification Section 10 and the Equipment List-Group G; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01H-Walk-in Boxes-Service in accordance with the contract specification Section 11 and the Equipment List Group H; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01I-Emergency Generator-Service in accordance with the contract specification Section 12 and the Equipment List Group I; QTY:12; UNIT: MO; UNIT PRICE:$; AMOUNT:$. LINE 01J-Laboratory Fume Hoods/Make-Air Units-Service in accordance with the contract specification Section 13 and the Equipment List-Group J; QTY:12; UNIT: MO; UNIT PRICE: $; AMOUNT:$. LINE 01K-Emergency Repair Services for the equipment specified above performed outside of normal business hours or on weekends and/or Federal holidays. Service in accordance with the contract specifications in Section 14 and Section 15 and the equipment list; QTY: 300, UNIT: HRS; UNIT PRICE:$; AMOUNT:$. LINE 01L-Parts and Supplies?For items 01A through 01K in accordance with the contract specification Section 16 and the equipment list; QTY: 1; UNIT: LOT: UNIT PRICE: NTE $6,000; AMOUNT: $6,000.00. TOTAL COST FOR THE BASE PERIOD $. USING THE ABOVE SCHEDULED ITEMS, PRICE EACH OF THE FOLLOWING OPTION PERIODS SEPARATELY. OPTION 1 PERIOD: MAY 1, 2006 THROUGH APRIL 30, 2007. CHANGE THE LINE NUMBERS FROM 01(ALPHA) TO 02(ALPHA). TOTAL COST FOR THE OPTION 1 PERIOD OF PERFORMANCE IS $. OPTION 2 PERIOD: MAY 1, 2007 THROUGH APRIL 30, 2008. CHANGE THE LINE NUMBERS FROM 01(ALPHA) TO 03(ALPHA) TOTAL COST FOR THE OPTION 2 PERIOD OF PERFORMANCE IS $. OPTION 3 PERIOD: MAY 1, 2008 THROUGH APRIL 30, 2009. CHANGE THE LINE NUMBERS FROM 01(ALPHA) TO 04(ALPHA) TOTAL COST FOR THE OPTION 3 PERIOD OF PERFORMANCE IS $. OPTION 4 PERIOD: MAY 1, 2009 THROUGH APRIL 30, 2010: CHANGE THE LINE NUMBERS FROM 01(ALPHA) TO 05(ALPHA) TOTAL COST FOR THE OPTION 4 PERIOD OF PERFORMANCE IS $. NOTE: THE GOVERNMENT SHALL MAKE A SINGLE AWARD. THEREFORE, THE OFFEROR MUST PROPOSE ON ALL LINE ITEMS TO BE CONSIDERED FOR AWARD. ALL THIS FOR A TOTAL OF $. AGAR 452.237-71 PRE-BID/PRE-PROPOSAL CONFERENCE-To schedule attendance at the Pre-Proposal Conference, please call Mr. Joe Howell at (304) 725-3451 extension 307 not later than April 4, 2005. The conference will be held on April 5, 2005 at 11:00 a.m. at the USDA, ARS, AFRS, 2217 WILTSHIRE RD., KEARNEYSVILLE, WV 25430. DELIVERY INFORMATION?SERVICE PERIOD OF PERFORMANCE-Base Period of Performance: May 1, 2005 (or date of contract award, whichever is later) through April 30, 2006. Option 1 Period of Performance: May 1, 2006 through April 30, 2007. Option 2 Period of Performance: May 1, 2007 through April 30, 2008. Option 3 Period of Performance: May 1, 2008 through April 30, 2009. Option 4 Period of Performance: May 1, 2009 through April 30, 2010. HOURS OF DELIVERY - The normal working hours are from 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding weekends and Federal holidays. Emergency services may be required during all other hours of the weekdays and on weekends. Emergency services require a mandatory 2-hour response time. Non-emergency calls require a twenty-four (24) hour response time. All work performed outside of the normal working hours must be coordinated with the COR. DELIVERIES - The Contractor shall furnish and deliver the maintenance services and replacement parts (F.O.B. Destination, Within Consignee?s Premises). The replacement parts must be received and installed within one (1) week after services have been requested by the Government or the Contractor. Replacement parts shall be delivered directly to the Contractor?s site and not the Government Facility. GOVERNMENT FURNISHED ITEMS-The Government shall provide: 1) The necessary facility utility hookups; and 2) the equipment listed in Section C.2 ?as is?. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE-The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE-The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, and 1194.25 applies to each system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor?s website or other readily available location (specify). Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. CURRENT CONTRACTOR INFORMATION?The current contract is being performed by Control System, Inc., 934 Sweeney Drive, Suite 3, Hagerstown, MD. They have been performing these services since April 1, 2001. The current monthly cost is $8,719 but is not inclusive of all the required services listed above. ADDITIONAL QUOTATION INFORMATION -Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Potential Offerors are required to provide the following mandatory information to establish a bidder's mailing list: company name, street address, telephone, fax and contact name. This information must be faxed to the Contracting Officer at (215) 233-6558 and reference Solicitation No. RFP 09-3615-05. REQUESTS SENT BY E-MAIL ARE NOT ACCEPTABLE. QUOTATIONS SENT BY E-MAIL OR FACSIMILE ARE NOT ACCEPTABLE. The provision at 52-212-1 applies to this acquisition and is amended as follows: Item (b) Submission of Offers is amended to include the following: The Offeror shall complete the - i. Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, 30b and 30c; Pages 5-14: Insert your price(s) in Section A.2 (inclusive of all option periods). ii. Provide Acknowledgment of amendments (if any). iii. Provide information required in the following Sections: Section 508 Accessibility Compliance Information (A.8), ?Year 200 Compliancy? (A.9), Evaluation Information (D.4) and the Certifications and Other Statements of Offerors, Sections D.5, D.6 and D.7. Send the above information to the USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2) Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 applies to this acquisition and is amended as follows: 1. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered: (i) Technical capability of the item offered to meet the Government requirement; (ii) Past performance; and (iii) Price. 1. TECHNICAL CAPABILITY OF THE FIRM?will be based on the firm?s location, literature of available services, Technical Specification Certification and HVAC R-Class Licensing Certifications, Section 508 Compliancy and warranty provisions. LOCATION OF FIRM: Contractors are required to be located within 2 hours form the Kearneysville location due to the 2 hour emergency response time. This will be verified by mapping the distance and time form the official company address to the location. Service engineers provided by the Contractor shall be factory trained by the Instrument Manufacturer to service all HVAC, Fume Hoods and Control Systems equipment. All work shall be performed in a workmanlike manner in accordance with the requirements of the applicable maintenance instructions of the equipment manufacturer and shall be performed by qualified and duly licensed mechanics. Each Offeror is required to submit descriptive literature or other documentation including HVAC R-Class License, the Certifications statement in Section D.6; Annual Service Contract; Replacement Parts Listing and Prices; Section 508 Compliancy; Warranty information for supplies and services to show how the offered services meet or exceed the requirement as specified in the Solicitation. 2. PAST PERFORMANCE- Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. Firms lacking in relevant past performance history shall receive a neutral evaluation for Past Performance. A neutral score could be considered less favorable than a favorable past performance. This information must be submitted with your offer. For each contract, list the following: a. Name, address, and telephone number of the contracting organization, the Contractor?s and Government Project Officers and Contracting Officers. b. Contract number, type, and dollar value. c. Date of contract and period of performance. d. Brief description of contract work, scope and responsibility. e. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE- will be based on: 1. Labor, supervision, materials, shipping costs, delivery, taxes, warranties and discount terms. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer. 52.215-20 -(a) Submission of cost or pricing data is not required. (b) Provide information described below: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller for each service period and the replacement parts listing and costs. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the Offerors? determination of the prices to be offered in the catalog or marketplace. ADDITIONAL TECHNICAL SPECIFICATION CERTIFICATION - a) The Contractor is required to certify below that their personnel performing the work described in the solicitation package are trained and certified by the equipment manufacturer as being qualified to perform any and all work on the equipment listed. The Contractor is required to submit a copy of the training certification within 5 business days after notice of contract award. b) The Contractor is required to certify below that their personnel who will be working on this requirement have obtained the HVAC R-Class licenses as required to perform the work. The Contractor is required to submit a copy of the training certification within 5 business days after notice of contract award. (Company Representative signature/title) (Date). Include a fully certified copy of FAR 52.222-48. FAR 52.212-4 applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70 shall be made at: i) Destination. 2. Item (g) Original invoices shall be submitted in arrears on a monthly basis, after acceptance of all items, to the Contracting Officer. FAR 52.212-5 applies to this acquisition: 52.203-6; 52.219-6; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-1; 52.225-3; 52.225-5; 52.225-13; 52.225-15; 52.225-16; 52.232-33; 52.232-36. ADDENDA TO 52.212-5 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: 52.204-4; 52.204-7; 52.211-5; 52.211-6; 52.211-16; 52.214-16; 52.214-34; 52.214-35; 52.217-5; 52.217-6; 52.217-8; 52.217-9 (inserts are 30 days/60 days/not to exceed five (5) years); 52.223-12; 52.227-19; 52.225-8; 52.228-5; 52.229-3; 52.232-18; 52.232-19; 52.232-32; 52.237-2; 52.237-10; 52.242-15; 52.242-17; 52.246-2; 52.246-4; 52.246-16; 52.246-20; 52.246-25; 52.247-35; AGAR CLAUSES ? 452.204-70; 452.211-70; 452.211-71; 452.228-71. CONTRACT DOCUMENTS, EXIHBITS, OR ATTACHMENTS INCLUDE: NO. 01?WAGE DETERMINATION NO. 1994-3018 (REV.7)?7 PAGES; NO. 02? SPECIFICATIONS-21 PAGES; NO. 03?SUPPLEMENTAL SPECIFICATIONS?10 PAGES; NO. 04?EQUIPMENT LIST?19 PAGES; NO. 05?MECHANICAL EQUIPMENT SERVICES INSPECTION REPORT?3 PAGES. Responses are due on APRIL 15, 2005 by 3:30 p.m. E.S.T. (local time). SEE NOTE 1.
- Place of Performance
- Address: USDA, ARS, APPALACHIAN FRUIT RESEARCH STATION (AFRS), 2217 WILTSHIRE RD., KEARNEYSVILLE, WV
- Zip Code: 25430
- Country: UNITED STATES
- Zip Code: 25430
- Record
- SN00775341-W 20050326/050324211743 (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 |