SOLICITATION NOTICE
41 -- Maintenance HVAC - SOW
- Notice Date
- 5/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- 11-236-SOL-00049
- Archive Date
- 6/8/2011
- Point of Contact
- Irisneia Merscher, Phone: 3014435774, Stefanie W. Schmitz, Phone: 3014432242
- E-Mail Address
-
iris.merscher@ihs.gov, Stefanie.Schmitz@ihs.gov
(iris.merscher@ihs.gov, Stefanie.Schmitz@ihs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 11-236-SOL-00049 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This is a Service-Disabled Veteran-owned (SDVOSB) Set-Aside. The North American Industry Classification System (NAICS) code is 238220 and the business size standard is 14.0 Million. The Indian Health Service intends to award a Firm Fix Price purchase order. (v) IHS Office of Management Services, Division of Administrative Service requires maintenance agreement for two Liebert HVAC Units. It is the intent of the government to establish a purchase order to provide these services for a base period of one year, beginning on June, 2011, with provisions for two one-year options. BASE YEAR CLIN 0001 - Maintenance for the two (2) Liebert Emerson standard glycol computer HVAC units model number DS042WVADE137A in accordance with section 4.1.1 of the statement of work. Unit of Issue: 12 months CLIN 0002 - Maintenance for one (1) Dry Cooler unit model number DD0419A in accordance with section 4.1.2 of the statement of work. Unit of Issue: 12 months CLIN 0003 - Maintenance for one (1) Liebert SiteScan System unit Model Number SGE660006N in accordance with section 4.1.3 of the statement of work. Unit of Issue: 12 months OPTION YEAR ONE CLIN 1001 - Maintenance for the two (2) Liebert Emerson standard glycol computer HVAC units model number DS042WVADE137A in accordance with section 4.1.1 of the statement of work. Unit of Issue: 12 months CLIN 1002 - Maintenance for one (1) Dry Cooler unit model number DD0419A in accordance with section 4.1.2 of the statement of work. Unit of Issue: 12 months CLIN 1003 - Maintenance for one (1) Liebert SiteScan System unit Model Number SGE660006N in accordance with section 4.1.3 of the statement of work. Unit of Issue: 12 months OPTION YEAR TWO CLIN 2001 - Maintenance for the two (2) Liebert Emerson standard glycol computer HVAC units model number DS042WVADE137A in accordance with section 4.1.1 of the statement of work. Unit of Issue: 12 months CLIN 2002 - Maintenance for one (1) Dry Cooler unit model number DD0419A in accordance with section 4.1.2 of the statement of work. Unit of Issue: 12 months CLIN 2003 - Maintenance for one (1) Liebert SiteScan System unit Model Number SGE660006N in accordance with section 4.1.3 of the statement of work. Unit of Issue: 12 months (vi) See attached Statement of Work (SOW). (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below, 7) Resume of the individual who will be performing the work. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Vendor's quote shall include their quoted firm-fixed unit and extended price for preventive maintenance for each period of performance. The vendor's quote shall also provide information that demonstrates that the technicians provided will be Liebert trained. The Government will award a purchase order resulting from this solicitation to the vendor who offers the best value to the government vendor who has a satisfactory past performance record. Failure to provide proof of training may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. Selection of the firm to perform this order will be based on IHS' assessment of the best value to the Government. Award may be made to other than the lowest price offeror. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2011), to include the following clauses listed at paragraph (b): 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, Alternate I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires. (xiii) The following clause is hereby incorporated in full-text and are to remain in full force in any resultant purchase order: 52.217-8 Option to Extend Services (Nov 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to the expiration date of the contract. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (xiv) n/a (xv) Due date for submissions is May 24, 2011, 2pm ET. All questions should be submitted in writing to iris.merscher@ihs.gov. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Iris Merscher, Contract Specialist, 301-443-4938.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/11-236-SOL-00049/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02447254-W 20110515/110513234223-c66ed42b5fa0d54257af659854c6adc4 (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 |