Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SOLICITATION NOTICE

41 -- Chiller Overhaul and Repair

Notice Date
2/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Coleman, 846 NE 54th Terrace, PO Box 1029, Coleman, Florida, 33521
 
ZIP Code
33521
 
Solicitation Number
RFQ30211-0020-9
 
Archive Date
3/13/2009
 
Point of Contact
Kathleen D. Stone,, Phone: (352) 689-3160, Nancy Edwards,, Phone: 352-689-3162
 
E-Mail Address
kstone@bop.gov, nxedwards@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS Request for Quotation 30211-0020-9 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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. CHILLER(2) OVERHAUL AND REPAIR The Federal Bureau of Prisons/FCC Coleman intends to award a firm-fixed price contract for the provision of overhaul/repair of two (2)chiller units. The contractor will furnish all materials and perform all labor necessary to repair/overhaul two York YTL, Model YTL4D8F2-CWJ, Compressor Model #YDTL-144 chillers located at the USP2 powerhouse. The complex consists of two high security male penetentiaries, one medium security male institution, one low security male institution, and one female low security camp. This solicitation is available as a 100% Small Business competitive procurement. All bid submissions must be received by this office no later than 2:00 PM on February 26, 2009. The competitive range of thsi contract is $25,000.00 to $100,000.00. PLACE OF PERFORMANCE Work will be performed at the Federal Correctional Complex, 846 NE 54th Terrace, Coleman, Florida. SITE VISIT Prospective bidders shall attend a site visit, prior to submitting a bid. Site vistis for this requirement may be scheduled upon request. Quoters who wish to inspect the site where services are to be performed may submit an email request by February 17, 2009 to Kathleen Stone, Supervisory Contract Specialist at kstone@bop.gov. Please include name, company name and a phone number of any one attending. SCHEDULE- Working hours shall be five(5) days per week, Monday thru Friday, excluding Federal holidays. The work day shall commence at 7:30 and end at 4:00 PM. The Contractor shall be required to provide a written request for extension of hours or change in work days to the Contracting Officer. Work hours and days may be altered only with a 48 hour request recieved and approved by the Contracting Officer. SCOPE OF WORK: The Contractor shall provide all labor, materials, equipment, services, supervision, tools, apparatus, and all incidental expenses unless otherwise specified herein, necessary to provide for the complete overhaul of the specified machines back to a state of operation. All equipment furnished by the Contractor, shall be new and include the manufacturer's current model number. All equipment and devices shall be tested and verified to operate properly and reports provided to reflect the applicable testing procedures and results. The Contractor shall be responsible for delivery of all equipment and components to the work site each day as designated by the Contract Monitor. At the end of each day, all unused materials shall be stored at the USP2 Powerhouse or removed from the grounds. Work will be performed in a manner consistent with all Federal, State, and Federal Bureau of Prison standards. The Contract will be Monitored by the Contract Monitor, George Matt. The Contractor shall: a. Recover all of the refrigerant utilizing on site storage; b. Change the Compressor oil; c. Install new oil sump sight glasses; d. Install new shaft seal kits; e. Install new compressor bearings; f. Install new thrust bearings; g. Install new ring eye seals; h. Install new 0-rings and gaskets for all of the above listed parts; i. recharge chiller with the recovered refrigerant; j. Start up the chillers and perform operational checks; k. Provide a written report of all work that has been performed; WARRANTY The Contractor shall extend to the Federal Bureau of Prisons a standard Manufacturer provided commercial materials warranty. TOOL CONTROL AND SANITATION The Contractor shall be responsible for proper tool control and sanitation of assigned areas. Tools and equipment shall be counted and removed from the job site at the end of each work day. The area assigned will be cleaned by the Contractor daily to remove all trash/debris. SECURITY The Contractor shall be constantly aware of security and conduct themselves in a professional manner. They shall avoid contact/discussion with inmates in or around the area. The contractor agrees to adhere to all regulations and guidelines prescribed by the FBOP to include FCC Coleman's local guidelines related to safety, custody, and conduct of inmates. The Contractor will sign the provided log or sign-in sheet to document time worked. METHOD OF PERFORMANCE The Contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in the Statement of Work as long as the requirements are met in accordance with the procedures described above. The services, although not directly supervised, shall be reviewed by institution staff to ensure contract compliance. PRICING METHODOLOGY Pricing should include all charges to the Government for performing the services required by this contract(e.g. insurance, overhead, profit, supply, install, maintenance, etc.). Contract pricing shall be based upon one full price for the job. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference(Feb 1998) This contract incorporates one of more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation(JAR) clauses or BOP clauses may be requested from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items(FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied double sided on recycled paper(AUG 2000)52.204-9 Personal Identity Verification of Contractor Personnel(SEPT 2007) 52.223-5 Polution Prevention and Right to Know Information(AUG 2003) 52.228-5 Insurance-Work on a Government Installation(JAN 1997) Workers Compensation or Employers liability:$100,000; and General Liability written on the comprehensive form of policy at least $500,000 per occurence for bodily injury. 52.232-18 Availability of Funds(ARP 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation(APR) 1984) 52.253-1 Computer Generated Forms(JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:Unds Unsafe Conditions due to the Presence of Hazardous Material(JAR 2852.233-70) Department of Justice(DOJ) Residency Requirement-BOP clause(JUN2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Offers-Commercial Items(JUN 2008)-(b) 1,8,15,16,18-23,24,31,36 OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be a firm-fixed price contract. It is anticipated that contract award resulting from this solicitation will be on or about March 2, 2009. Performance Period: The period of performance of the resulting contract shall be not more than 30 calendar days from commencement of work. The Contractor shall commence performance of services under this contract by submitting documentation to initiate security clearance within 14 days from the effiective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the Federal Correctional Complex. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the instituiton at the sole discretion of the Warde on the institution. The contract monitor at FCC Coleman is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 1)National Crime Information Center(NCIC) check; 2)DOJ-99 (Name Check);3) FD-258 (fingerprint check);4) Law Enforcement Agency checks; 5) Vouchering of Employers; 6) Resume/Personal Qualifications; 7) OPM-329-A(Authority for Release of Information); 8)National Agency Check and Inquiries(NACI) check (if applicable);and 9) Urinalysis Test(for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. SOLICITATION PROVISIONS: 52.252-1 Solicitaion Provisions Incorporated by Reference(FEB 1998) This solicitation incorporates one of more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full test available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquistion.gov 52.212-1 Instructions to Offerors- Commercial Items (JUN 2008) tailored to delete paragraphs at c,d,h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Cerifications- Commercial Items (MAY 2008) 52.233-2 Service of Protest (SEPT 2006)(a) Procurement Executive, BOP, 320 First St NW Room 5006, Washington, D.C. 20534 52.237-1 Site Visit(APR 1984) Protests Filed Directly with the Department of Justice(JAR 2852.233-70) Faith-Based and Community Based Organizations(AUG 2005) can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Site Visits for this requirement may be scheduled upon request. Quoters who wish to inspect the site where services are to be performed may submit an email request by February 17, 2009 to Kathleen Stone, Supervisory Contract Specialist at the address below. Please include your name, company name, the names of any individuals who will be attending with you, and a phone number. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database( www.ccr.gov ) and the Online Representations and Certifications Application(orca.bpn.gov)prior to award of any contract, by entering the potential awardee DUNS number into each database. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification(NAICS) code is 811310 and the applicable small business size standard is $7.0 million. Quoters are notified that the Government intends to evaluate quotes and extend and offer of contract award to the offeror whose quote contains the best terms from a price and technical standpoint in accordance with FAR 52.212-1(g). SUBMISSION OF QUOTATIONS: On letterhead or business stationery, the following information is required: (1) Contractor DUNS Number; (2) Quoted price per job(as defined in Scope of Work) for this contract; (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Cerifications Application(ORCA) site located at orca.bpn.gov (4) Documentation of Qualifications: Quotes outlining compliance with the requirements stated in this solicitation. Quoters shall also submit a brief description of plans to fulfill the contract, along with any supporting documentation. (5) Evidence of Insurability on a Government Installation; (6) Point of Contact Information for Professional References. Quoters should provide a list of the last three(3) contracts awarded to your firm which are related in nature. Include the following for each: Customer Name, Address, Phone, Fax, E-mail, Contract Number, Contact Person, Type of Work, Contract Amount, Contract Status(Active or Complete). (7) Point of Contact for Financial Reference. Quoters should provide contact information for a financial reference to include, Bank Name, Address, Phone and Contact Person. Financial references such as banking institutions generally require authorization for release of information. Quotes must be recieved at the Federal Correctional Complex, Procurement Office, POB 846 NE 54th Terrace, Coleman, Florida 33521-1029 no later than 2:00 EST on Thursday, February 26, 2009. Written quotes will be accepted by mail, hand-carried delivery, fax, or e-mail. Mailed or hand carried quotes shall be delivered to the attention of Kathleen Stone, Supervisory Contract Specialist at the address listed. Faxed quotes may be sent to (352)689-3056, ATTN: Kathleen Stone, Supervisory Contract Specialist. Quotes should be clearly marked with the solicitation and include all required documentation. E-mailed quotes must be sent in.pdf format only to kstone@bop.gov and include in the subject line: Quote Submitted in Response to RFQ30211-0019-9. Quotes must include all information. Any questions concerning this solicitation should be made in writing to Kathleen Stone, Supervisory Contract Specialist at the address listed below. Contracting Officer Information: Kathleen Stone, Supervisory Contract Specialist, Federal Correctional Complex, 846 NE 54th Terrace, Coleman, FL 33521-1029. Phone: (352)689-3160 Fax: (352)689-3056
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f1a0095eef5341a99c4bcaaf59ce645&tab=core&_cview=1)
 
Place of Performance
Address: Federal Correctional Complex, 846 NE 54 Terrace, Coleman, Florida, 33521-1029, United States
Zip Code: 33521-1029
 
Record
SN01744103-W 20090206/090204221151-4f1a0095eef5341a99c4bcaaf59ce645 (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.