SOLICITATION NOTICE
J -- Boiler Cleaning Services
- Notice Date
- 6/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-06-Q-0020
- Response Due
- 6/16/2006
- Archive Date
- 7/1/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. HSFEMW-06-Q-0020, issued as a Request for Quotation (RFQ), is to provide boiler cleaning services for various boilers located at the Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-09. This procurement is a small business set aside. The NAICS code is 238220, small business size standard $12.0 M. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition/commercial services order. The anticipated period of performance will be a base year from 07-1-2006 through 09-30-2006, to include four consecutive option years, subject to the availability of current fiscal year funds. The resultant award document will contain Item No. 0001: Boiler Cleaning Services during the base contract year, 07-1-2006 through 09-30-2006 for 43 boilers (Bldg. 110, Hurst, Steel Tube, 669,500 BTU, Steam; Bldg. 114, Kewanee, Steel Tube, 650,000 BTU, Steam; Bldg. 205, Kewanee, Steel Tube, 750,000 BTU, Hot Water; Bldg. 213, Buderus, Steel Tube, 350,000 BTU, Hot Water; Bldg. 217, Kewanee, Steel Tube, 950,000 BTU, Hot Water; Bldg. 230, Weil-McLean, Cast Iron, 344,000 BTU, Hot Water; Bldg. 310, Hurst, Steel Tube, 448,565 BTU, Steam; Bldg. 315, Hurst, Steel Tube, 284,538 BTU, Steam; Bldg. 320, Hurst, Steel Tube, 448,565 BTU, Steam; Bldg. 329, International Comfort, 120,000 BTU, Hot Air; Bldg. 400, New Yorker, Steel Tube, 114,000 BTU, Hot Water; Bldg. 403, H.B Smith, Cast Iron, 217,400 BTU, Hot Water; Bldg. 405, Weil-McLean, Cast Iron, 453,000 BTU, Hot Water; Bldg. 407, Bryan, Steel Tube, 1,000.000 BTU, Hot Water; Bldg. 408, Metzer Machine, 140,000 BTU, Hot Air; Bldg. 408, Hurst, Steel Tube, 300,000 BTU, Hot Water; Bldg. 410, Weil-McLean, Cast Iron, 786,000 BTU, Steam; Bldg. 413, H.B. Smith, Cast Iron, 460,000 BTU, Hot Water; Bldg. 415, Carrier, Hot Air Furnace, 100,000 BTU, Oil, Fiber Fire Box; Bldg. 420, Kewanee, Steel Tube, 140,000 BTU, Steam; Bldg. 429, Weil-McLain, Steel Tube, 1,215,000 BTU, Hot Water; Bldg. 430, Burnham, Cast Iron, 1,257,400 BTU, Hot Water; Bldg. 431, H.B. Smith, Cast Iron, 460,000 BTU, Hot Water; Bldg. 435, 3 EACH, Burnham, Steel Tube/Cast Iron, 750,000 BTU, Steam; Bldg. 604, 3 EACH, Kewanee, Steel Tube, 1,150,000 BTU, Hot Water; Bldg. 704, Weil-McLean, Cast Iron, 408,000 BTU, Hot Water; Bldg. 708, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 712, Kewanee, Steel Tube, 468,000 BTU, Hot Water; Bldg. 720, Hurst, Steel Tube, 300,000 BTU, Steam; Bldg. 721, Weil-McLean, Cast Iron, 408,000 BTU, Hot Water; Bldg. 725, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 729, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 733, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 760, Weil-McLain, Cast Iron, 408,000 BTU, Hot Water; Bldg. 764, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 768, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 772, Peerless, Cast Iron, 508,000 BTU, Hot Water; Bldg. 776, Peerless, Cast Iron, 508,000 BTU, Hot Water; Standby Boiler, Weil-McLain, Cast Iron, 125,000 BTU, Steam) The Contractor?s offer should contain individual prices to clean each boiler and include a combined total price for Item No. 0001. STATEMENT OF WORK: The Contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools and equipment necessary to clean and repair all boilers. Commercial grade cleaning equipment is required for soot and ash removal. This work effort consists of cleaning 43 boilers (fireside only). All boilers use burner oil #2. One third of these boilers cannot be out of service more than six hours. The Contractor shall immediately report all necessary repairs or replacement of parts found to the Contracting Officer's Technical Representative (COTR). At that time, the Government will decide to repair the boiler or have the Contractor submit a proposal for the work. The Government will disconnect all power, unhook oil lines and pull out burners prior to each boiler cleaning. The Contractor is responsible for re-assembling the boiler after cleaning. Government personnel are responsible for re-assembling the burner and reconnecting/re-installation of each boiler after cleaning. Government personnel will change all filters. The COTR will inspect each boiler after cleaning and before reassembly of the boiler components. SUBMITTALS: The Contractor shall develop procedures and processes used for pre-cleaning, cleaning, preservation and quality control of the boilers. The quality of work accomplished shall meet manufacturer's specifications. Written procedures shall be submitted to the COTR during the pre-service meeting. These written procedures shall include the following: (a) Processing materials to be used, including trade names, manufacturer's specifications and chemical and physical properties as applicable; (b) Processing equipment; (c) Cleaning and handling procedures. SCHEDULING AND COORDINATION: Before commencing work, the COTR will furnish the Contractor with a cleaning schedule specifying the sequence in which the boilers will be cleaned. Boilers in Buildings 435, 721, 725, 729, 733, 760, 764, 768, 772 and 776 cannot be out of service more than six hours. All boiler cleanings shall be coordinated with the COTR each day to ensure required notice has been given to the Building Managers and that the boilers to be cleaned have been properly shut down, drained, and all isolation valves are closed. Boiler parts not to be cleaned shall be isolated from the other parts of the unit. To avoid work delays, all personnel, material and equipment required to clean the boilers shall be scheduled to be on site at the appropriate time. Appropriate precautions shall be taken to prevent damage to buildings, adjacent equipment surfaces and injury to personnel. Mt. Weather Police will escort Contractor personnel during cleaning of the ?water-plant? boilers and other areas as required for compliance with MWEOC access restrictions. CLEANING OPERATION: Work shall be executed in a careful, neat and proficient manner and in compliance with accepted boiler cleaning trade practices. Boilers, smoke pipes, stacks, chimneys and flue pressure gage piping shall be cleaned of all soot and deposits from cleanout. Waste and debris resulting from the work effort shall be cleaned up daily and removed from the site. No soot or ash shall be dumped on the MWEOC facility. The Contractor shall properly dispose of all waste, debris and effluent from the boilers after the cleaning operation. Inspection: After each cleaning, the COTR shall visually examine the boilers for efficiency of soot removal and inspect all components before covers and castings are re-installed. Welding and Burning: No welding or burning shall be done during the cleaning operation. The MWEOC Fire Department shall be notified before any welding or burning is performed in machine or boiler rooms. Deficiencies: All boiler deficiencies discovered during cleaning shall be immediately reported to the COTR. Items damaged in accomplishing the work or as a result of inadequate protection shall be repaired or replaced with new items at no additional cost to the Government. REPAIR AND REPLACEMENT PARTS: Roping, gaskets, etc. shall be provided by the Contractor. The Contractor is responsible for gasket replacement and is expected to have sufficient supply of these items. WORK ENVIRONMENT: The Government will be responsible for the removal of asbestos and asbestos containing products from all work areas. PERIOD OF PERFORMANCE: After submitting all required reports, the contractor will have thirty calendar days to complete work. (Work will not be completed during the heating season.) The base period of performance is 07-1-2006 through 09-30-2006. LICENSES: The Contractor shall be licensed to perform work in Virginia, have the required insurance, and obtain all necessary permits to complete the job. EVALUATION INFORMATION: Award will be made to the responsible/responsive offeror whose offer is determined to be the lowest cost and technically acceptable. The technical evaluation factors are of equal importance and include: A. The Contractor shall provide a statement that it has not been terminated for default in the past three years. B. The Contractor shall provide three references to support it?s capability to deliver quality work in a timely manner. References shall include a current point of contact and telephone number. C. The Contractor shall be licensed to perform work in the state of Virginia. The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. Technical and past performance, when combined, are less important than price. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items? and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33, 52.222-41. Applicable clauses incorporated by reference are: 52.204-7, 52.204-9, 52.217-2, 52.232-1, 52.232.23, 52.232-25, 52.236-13, 52.243-1 and HSAR clauses 3052.223.70 and 3052.228-70. HSAR, 3052.209-70 ?Prohibition on Contracts with Corporate Expatriates? also applies to this award. The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. MWEOC is a restricted Government facility and requires favorable police background checks for all Contractor personnel requiring access to the facility. The Contractor shall submit, on forms to be provided by the Government, the following information concerning all employees who must have access to MWEOC: Employer (Contractor or subcontractor), Full Name, Address, Social Security Number, Date and Place of Birth, Citizenship (must be US), Height, Weight, Color of eyes and hair. This information must be provided at least 10 working days prior to entry of the facility. This award is subject to the Service Contract Act Wage Determination Nos. 1994-2249, Rev 24 and 1994-2103, Rev 34, both dated 5-23-2005. The Contractor?s employees shall be paid in accordance with these wage determination categories, i.e., Boiler Tender at $16.79/$22.57 per hour. All categories include $2.87 per hour for health and welfare benefits. A site visit to answer questions relating to this work effort and walk-through of the areas where services are to be performed is scheduled for 6-8-2006 at 10:00 AM. Please contact Ms. Phyllis Woodward no later than 12:00 PM, 6-6-2006 to register for admittance to MWEOC and to obtain directions to the facility. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EST, 6-16-2006 and shall be addressed to FEMA, MWEAC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Ms. Phyllis Woodward, Bldg. 413. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be received no later than five business days following publication of this notice and emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Place of Performance
- Address: 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia
- Zip Code: 20135-2006
- Country: USA
- Zip Code: 20135-2006
- Record
- SN01060429-W 20060603/060601220414 (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 |