Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2012 FBO #4026
SOLICITATION NOTICE

49 -- Preventive Maintenance and Service for HVAC units - SOW / Scope of Work / Equipment List

Notice Date
11/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSN002105
 
Archive Date
12/25/2012
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work (SOW) with detailed Scope of Work and Equipment List THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 (20 Nov 2012). This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is HHSN002105 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 811219 and the Small Business Size Standard is $19.0 mil. This action is being solicited as a Service-Disabled Veteran-Owned Business (SDVOSB); FAR 52.219-27, Set-Aside. Background Statement Currently the Clinical Center Complex (CCC) (defined as Warren Grant Magnuson Bldg (Bldg 10), Ambulatory Care Research Facility (ACRF) and Clinical Research Center (CRC), has a requirement to perform preventive maintenance and service to critical cooling units in Building 10 and the ACRF, as well as units in the CRC. Cooling units must be maintained to ensure operation of the multi-million dollar medical center and associated data equipment required to support critical hospital operations. Lists of the HVAC cooling units and their locations in the CCC are attached (Attachments 1 & 2) (see SOW for additional details). The CC Office of Space and Facility Management (OSFM) is responsible for the maintenance and oversight of the CCC HVAC cooling Units. Scope of Work ***Statement of Work (SOW) Attached (see attachment for detailed Scope of Work) Requesting CRC Data Center Preventive Maintenance and Service to critical cooling units in Building 10 Requesting ACRF Preventive Maintenance and Service to critical cooling units in Building 10 Period of Performance Base year: January 1, 2013 through December 31, 2013 (base year), with three (3) one (1) year options: Option Year 1: January 1, 2014 through December 31, 2014 Option Year 2: January 1, 2015 through December 31, 2015 Option Year 3: January 1, 2016 through December 31, 2016 EVALUATION CRITERIA A. TECHNICAL APPROACH (50%) 1) Describe your firm's technical approach for conducting the preventive maintenance, unscheduled repairs, and emergency service. List all services that will be provided for conducting the preventive maintenance (quarterly and annually), unscheduled repairs, and emergency service, including any exclusion that may arise. Provide a schedule for preventive maintenance that demonstrates an understanding of the scope, critical nature and complexity of the HVAC Critical Cooling Units. Provide an example of documentation of maintenance evaluations of similar or like systems with the volume of units a hospital this size requires. Provide an example of documentation that will be provided for unscheduled repair and emergency service visits. SCORE /25 2) Submit evidence of experience and qualifications in the firm of: a. knowledge of the types of HVAC equipment and parts listed in the SOW; b. technical understanding of the maintenance requirements according to manufacturer's specifications of each of these types of equipment; c. technical understanding of problem solving equipment failures and malfunctions; d. ability of the organization to meet the time lines for service and emergency calls; e. quality control and quality assurance methods; and f. providing comparable services to other organizations of comparable size and complexity; and g. Access to Original Manufacturer's (OEM) parts during the term of this contract. SCORE /25 B. QUALIFICATION OF PERSONNEL (15%) The contractor must be headquartered or have service locations within the Washington Metropolitan area. The proposal must clearly indicate that the offeror has adequate experience and resources to provide the functions and activities within the required time frames as stated in the SOW. The proposal must demonstrate that appropriate personnel and equipment will be positioned efficiently to carry out the requirements. The proposal must demonstrate the company's ability to respond to the Government's needs as stated in the SOW. Provide resumes of available and qualified personnel within company management, as well as technicians who will provide maintenance and repair services. Technicians must have adequate training credentials and experience to indicate meeting SOW requirements. At least 50% of personnel must be already on-staff with the contractor. Provide the resumes of key personnel, especially the personnel conducting on-site preventive maintenance and emergency service and repairs, demonstrating that qualified factory trained personnel are available and will be assigned to this contract. Describe how key personnel are vetted to ensure that staff can meet the requirements for NIH security clearance, including background check and fingerprinting. Provide evidence of experience and qualifications of the company in providing comparable preventative maintenance and emergency service of these systems in a comparable sized health care institution with the same or similar complexity and needs. SCORE /15 C. PAST PERFORMANCE (25%) Capabilities and Resources of the Company, Past Performance, Level of risk The Government will consider the following areas under past performance: 1) quality of products and services; 2) cost control; 3) timeliness of performance, and 4) business relations. 1) Provide documentation to support that the organization has met these service requirements with similar projects of this size, scope and magnitude. Submit evidence of experience and qualifications of the firm providing comparable preventative maintenance and emergency repairs of HVAC cooling units of the same vintage/manufacturer/type, as required in accordance with the proposed SOW specifications. Submit names and locations of hospital and/or firms, and list names and telephone numbers of individuals representing those hospitals and/or firms, who may be contacted as references (minimum of three) who can speak to the company's quality of products and services, ability to control costs, timeliness of performance and quality of business relations. SCORE /10 2) The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. 3) When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements such as cost, schedule, and performance, including standards of good workmanship; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's ability to attract and maintain key personnel minimizing turn-over, the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction and generally the offeror's business-like concern for the interest of the customer. The lack of a performance record must result in an unknown performance risk assessment that will neither be used to the advantage nor disadvantage of the offeror. SCORE /15 D. PRICE: Provide a fixed price quote in accordance with the Statement of Work identified. SCORE /10 A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. Points shall be awarded according to the following formula: Lowest Price x total available points = cost points assigned Offerors price The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/. The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.217-5 Evaluation of Options; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions; FAR 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-41 -- Service Contract Act of 1965; FAR 52.228-5 -- Insurance -- Work on a Government Installation. This solicitation incorporates one or more solicitation 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 text available. (End of Provision) 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) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 12/10/2012 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _January 1, 2013. Requests for information concerning his requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov prior to close date. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSN002105/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02939984-W 20121202/121130234143-754e3c9e846a550c820a9a889006b304 (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.