SOLICITATION NOTICE
J -- Air Conditioning Replacement Services
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052
- ZIP Code
- 94607-4052
- Solicitation Number
- HSFE09-09-R-0014
- Archive Date
- 9/11/2009
- Point of Contact
- Ameka Ali, Phone: 5106277128
- E-Mail Address
-
Ameka.Ali@dhs.gov
(Ameka.Ali@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contracting Office Address Department of Homeland Security, Federal Emergency Management Agency, 1111 Broadway, Suite 1200, Oakland, CALIFORNIA, 94607-4052, UNITED STATES THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE FAR Subpart 19.5, Set-Asides for Small Business, using the policies contained in FAR Part 12, Acquisition of Commercial Items and the procedures in FAR Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18.*** The applicable North American Industry Classification Standard (NAICS) Code is 238220 (Plumbing, Heating and Air-Conditioning Contractors) with a Small Business Size Standard of $14.0 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA Small Business Size Regulations, http://www.sba.gov/regulations/121/. The successful contractor shall furnish all labor, equipment, parts, tools, materials, supplies, transportation, supervision and management necessary to perform the services required. The contractor shall be a Hawaii State Certified Air Conditioner or Mechanical Contractor. The equipment to be replaced is as follows: Three (3) Lennox Air Conditioning Unites and Compressors with like or equivalent capacities. Units must comply with current electrical capabilities. Remove and dispose of exisitng units to include disposal of regrigerant in accordance with regulatory requirements. Replace or realign existing drain lines and pumps as necessary to avoid clogging of or leakage from A/C Unit. Existing Cooling Capacities: One Unit-cools approx. 2500sf Two Units-cools approx. 4000sf The applicable Department of Labor Wage Determination No. WD 05-2153 (Rev.-10) was first posted on www.wdol.gov on 06/02/2009 will be included in the solicitation. An advance copy can be obtained from www.wdol.gov. Delivery shall be provided no later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: Delivery shall be provided no later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver to FEMA Region IX PAO Attn: Leslie Mariano, 546 Bonney Loop, Bldg. 520, Ft. Shafter, HI 96858-5000. Award shall be made to the quote offering the best value to the Government, technical capability & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Price. Technical capability and past performance shall be of equal importance to price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a.(5) 52.219-6 Notice of Small Business Set-Aside; b.(14) 52.222-3, Convict Labor; c.(15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; d.(16) 52.222-21, Prohibition of Segregated Facilities; e.(17) 52.222-26, Equal Opportunity; f.(19) 52.222-36, Affirmative Action for Workers with Disabilities; g.(24) 52.225-1, Buy American Act- Supplies; h.(26) 52.225-13 Restriction on Certain Foreign Purchases, and i.(31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. ***All quotes shall be sent to Ameka.Ali@dhs.gov *** The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. PST on August 27, 2009 at Ameka.Ali@dhs.gov *** *** Interested contractors are requested to contact LESLIE MARIANO at (808) 851-7920 or CAROLYN CROWDER at (808) 851-7904 to request a site visit*** Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Ameka Ali) @ Ameka.Ali@dhs.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. *** *** The Government intends to award a Firm Fixed Price contract as a result of this Combined Synopsis/Solicitation***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE09-09-R-0014/listing.html)
- Place of Performance
- Address: 546 Bonney Loop, Bldg. 520, Ft. Shafter, Hawaii, 96858-5000, United States
- Zip Code: 96858-5000
- Zip Code: 96858-5000
- Record
- SN01910665-W 20090815/090814000317-fc54c639c5c80a6b99dacbb2c06d6ba3 (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 |