Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
SOLICITATION NOTICE

Z -- Chiller Maintenance - Statement of Work

Notice Date
2/3/2012
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-12-R-0008
 
Point of Contact
Shannon S. Ozoria, Phone: 6097542403, Jessie D. Auld, Phone: 6097544791
 
E-Mail Address
shannon.ozoria@us.af.mil, jessie.auld@us.af.mil
(shannon.ozoria@us.af.mil, jessie.auld@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Statement of Work Description: The Government is contemplating the award of a firm-fixed-price (FFP) contract to perform all work necessary to remove and replenish ethylene glycol solution from the chilled water system and to clean the chilled water loop at Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. The awardee will be required to fulfill all requirements of the statement of work and submit a valid refrigerant recovery certificate, a report containing findings of Eddy Current testing, a material safety data sheet of all chemicals and solvents used to perform repairs, a manufacturer's catalog cut sheet of any parts to be replaced on the unit, and the capacity of the temporary chiller. The above general description of work does not in any way limit the responsibility of the Contractor to provide all personnel, equipment, tools, materials, supervision, and other items necessary to remove and replenish ethylene glycol solution from the chilled water system and clean the chilled water loop. The period of performance for this project is 45 days after receipt of award. The magnitude of this construction is between $250,000 and $500,000. The solicitation will be issued as a woman-owned small business (WOSB) set-aside. Award of a FFP contract from this solicitation will be made on the basis of Best Value to the Government using price and past performance as evaluation factors with past performance being more important than price. The Government reserves the right to award a contract to other than the lowest price offeror. The North American Industry Classification Systems (NAICS) code for this procurement is 238220 with a size standard of $14 million. A site visit is tentatively scheduled for 06 Mar 2012 at 9:00 am EST. The visit will be conducted at Building # 5 on Lakehurst Naval Air Station, Lakehurst, NJ, 08733. Attendees are urged to arrive no later than 8:45am. Please submit names of the attendees along with their social security numbers, date of birth, driver's license number, and state of issue to the contracting office via email (shannon.ozoria@us.af.mil) by close of business 02 Mar 2012. Limit two attendees per company. All prospective offerors are urged to attend this site visit. All relevant solicitation documents including specifications and drawings will be made available for download exclusively from the internet by accessing the FedBizOps website at http://www.fbo.gov. Paper copies will NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents; and verifying the number of amendments issued prior to the due date for proposals. All responsible WOSB concerns may submit a proposal, which shall be considered by the agency. All potential sources must obtain a DUNS number, register in the Central Contractor Register (CCR), and register with Online Representation and Certifications Application (ORCA) Website (www.orca.bpn.gov) in order to transact business with the Department of Defense (DOD). Failure to obtain a DUNS number, register in the CCR, and register with ORCA may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR and/or ORCA at the time of the award. A solicitation will be issued on or about 20 Feb 2012. The closing date and time of submission of offers will be contained within the solicitation package. No response to this notice is necessary and no Source List will be maintained. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation cost. AFFARS 5352.201-9101: OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. The ombudsman may not serve as an advocate for any party. (b) Before consulting with an ombudsman, concerned parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Mr. Gregg O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregg.oneal@us.af.mil. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer, Mr. James Kelly at james.kelly.13@us.af.mil. Questions about this acquisition should be directed to the Contract Specialists, Ms. Shannon Ozoria at shannon.ozoria@us.af.mil or Mr. Jessie Auld at jessie.auld@us.af.mil. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-12-R-0008/listing.html)
 
Place of Performance
Address: Building 678, Room 114, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02667873-W 20120205/120203235006-5dc51ea260ca8febc93a7324dc653823 (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.