Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOLICITATION NOTICE

J -- Peterson AFB Swimming Pool - Package #1 - Wage Determination - Package #3

Notice Date
2/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-15-R-5001
 
Archive Date
4/2/2015
 
Point of Contact
Kay R. Roman, Phone: (719) 556-9290, Traci Winfree, Phone: (719) 556-8528
 
E-Mail Address
kay.roman@us.af.mil, 21CONS.LGCBA@us.af.mil
(kay.roman@us.af.mil, 21CONS.LGCBA@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2, Proposed Price List Wage Determination 05-2079 (REV.-16) Performance Work Statement, dated 1 Apr 15 (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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-15-R-5001, is being issued as a Request for Quotation (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 (dated 26 December 2014). The Government contemplates soliciting and awarding a Base and 2 option years (3 years total), Firm Fixed Price (FFP) contract. (iv) This procurement is 100% small business set-aside. The NAICS code is 561790 (Other Services to Building and Dwellings) and the size standard is $7.5 million dollars. (v) Prospective Contractor quotes shall utilize the below line item (CLIN) structure when preparing quotes. Please complete Attachment 2 when providing your quote. Contract Line Item Number (CLIN 0001): Routine Maintenance Description: IAW with Performance Work Statement, dated 1 Apr 15, provide all management, tools, supplies (including chemicals), equipment and labor necessary to maintain, repair, chemically balance and test the swimming pool chlorination system for the main pool, wader pool and in-ground hot tub for the Aquatics Center, Building 404, as defined in this Performance Work Statement (PWS) for Peterson Air Force Base (AFB), Colorado. Perform in accordance with (IAW) all applicable industry standards, federal, state and local requirements as required in the performance of the work. Work must be performed IAW 1) Colorado Department of Public Health and Environment 5 CCR 1003-5, "State Board of Health Regulations Pertaining to Swimming Pools and Mineral Bath", Standards of the National Sanitation Foundation, and 2) the current Air Force Instruction (AFI) 48-114, Swimming Pools, Spas and Hot Tubs, and Natural Bathing Areas. During routine maintenance checks or routine/emergency service calls, report any repairs needed or inoperable parts to the 21st Civil Engineer Squadron (CES) Contracting Officer Representative (COR). The main pool must be operational 95% of the time, the wader pool and hot tub must be operational 90% of the Aquatic Center operation time (see Appendix 1). Schedule routine maintenance during normal duty hours (see Section 4.1.1) to perform all required checks and balances of the pool, wader pool, and hot tub chlorination systems, including pH chemical analysis and chlorine levels. Maintain the carbon dioxide (CO2) for all three bodies of water to include the purchase and delivery of the CO2. The settings on the controller will determine how much CO2 is pulled to support the system. The contractor shall ensure the tank containing the C02 does not run empty before the next fill. Check and calibrate the water quality in the main pool, wader pool, and hot tub to maintain the chemical levels no less than three times a week on Mondays, Wednesdays, and Fridays; IAW AFI 48-114, Table 4.1. and Colorado 5 CCR 1003-5, Section 4.7 Table 1. Contractor shall clean and change out all chlorine feeders no less than one time a month. Remove excess chemical residue on the internal and external components and tubing. Notify COR if replacement parts are needed. The contractor shall keep the chlorine hoppers filled at a minimum ¼ of their operating capacity at all times. The contractor shall ensure sufficient chorine is available to the pools via the chlorine feeders between contractor scheduled visits. When a service call is required, the contractor shall obtain a call number from the COR. Contract Line Item Number (CLIN 0002): Routine Service Calls Description: IAW with Performance Work Statement, dated 1 Apr 15, in the case of a malfunction of chlorination system during normal duty hours, listed in paragraph 4.1.1, report to the Aquatic Center within four (4) hours. Troubleshoot and correct the malfunction. Keep downtime within the prescribed limits listed in Section 2, Service Summary. Confirm chlorination system is functioning correctly before leaving the facility. Contract Line Item Number (CLIN 0003): Emergency Service Calls Description: IAW with Performance Work Statement, dated 1 Apr 15, the Aquatics Center operates during other than normal duty hours on weekends. Respond to emergency service calls within two (2) hours. In the event of a suspected or confirmed outbreak of infectious disease, the Contractor shall be notified to super chlorinate or shock treat the pool. See Appendix 2, Definitions for "shock treatment," "routine shock," and "intervention shock." Contract Line Item Number (CLIN 0004): Chemicals Description: IAW with Performance Work Statement, dated 1 Apr 15, test the pool, wader pool, and hot tub for free chlorine residual, combined chlorine, and pH levels standards listed in AFI 48-114, Table 4.1. and Colorado 5 CCR 1003-5, Section 4.7 Table 1 at a minimum three (3) times per week. The contractor is responsible for testing while on site. The pool staff is responsible for testing the pool every 2 hours and the hot tub every hour. Maintain free available chlorine levels at 1 - 4 parts-per-million (ppm) for pool and wader pool, and 2 - 5 ppm for the in-ground hot tub. Maintain the pH between 7.2 - 7.8 for all three bodies of water. Test total alkalinity in pool weekly and in hot tub daily; total dissolved solids every 2 weeks; and calcium hardness every 2 weeks IAW AFI 48-114, Table 4.1. during regular routine maintenance service. Provide a hard copy of Chemical Usage List and Work Log ( see Appendix 5 for sample) documenting test results for each service to the Aquatic Center at time of testing. A copy of the completed Chemical Usage List and Work Log shall be left at the pool office after every visit. Contract Line Item Number (CLIN 0005): Replacement Parts Description: IAW with the Performance Work Statement, dated 1 Apr 15, provide all parts required for the maintenance and repair of the three pool chlorination systems to include pumps, pump controllers, and all filtration system components. Contractor shall maintain equipment IAW the manufacturer's recommended procedures (equipment pamphlets will be provided). Any replacement parts used in the maintenance or repair of this system will be new and compatible with the existing equipment or specifically recommended by the manufacturer. In the event any delay is encountered on delivery of any parts, the COR shall be notified immediately. Provide warranty on parts and labor. Option Year 1: 1001: PAFB Routine maintenance (as identified with the same description as CLIN 0001 above) 1002: PAFB Routine Service Calls (as identified with the same description as CLIN 0002 above) 1003: PAFB Emergency Service Calls (as identified with the same description as CLIN 0003 above) 1004: PAFB Chemicals (as identified with the same description as CLIN 0004 above) 1005: PAFB Replacement Parts (as identified with the same description as CLIN 0005 above) Option Year 2: 2001: PAFB Routine maintenance (as identified with the same description as CLIN 0001 above) 2002: PAFB Routine Service Calls (as identified with the same description as CLIN 0002 above) 2003: PAFB Emergency Service Calls (as identified with the same description as CLIN 0003 above) 2004: PAFB Chemicals (as identified with the same description as CLIN 0004 above) 2005: PAFB Replacement Parts (as identified with the same description as CLIN 0005 above) (vi) The following commercial service is requested in this solicitation: The contractor will provide all management, tools, supplies (including chemicals), equipment and labor necessary to maintain, repair, chemically balance and test the swimming pool chlorination system for the main pool, wader pool and in-ground hot tub for the Aquatics Center, Building 404, as defined in this Performance Work Statement (PWS) for Peterson Air Force Base (AFB), Colorado. Perform in accordance with (IAW) all applicable industry standards, federal, state and local requirements as required in the performance of the work. Work must be performed IAW 1) Colorado Department of Public Health and Environment 5 CCR 1003-5, "State Board of Health Regulations Pertaining to Swimming Pools and Mineral Bath", Standards of the National Sanitation Foundation, and 2) the current Air Force Instruction (AFI) 48-114, Swimming Pools, Spas and Hot Tubs, and Natural Bathing Areas. (vii) Basic Period of Performance for Peterson AFB is from 1 April 2015 - 31 March 2016. Option Year 1 Period of Performance is from 1 April 2016 - 31 March 2017. Option Year 2 Period of Performance is from 1 April 2017 - 31 March 2018. The following provisions and clauses apply to this acquisition: (viii) The provision at FAR 52.212-1, Instructions to Offerors/Commercial Items applies to this acquisition. (ix) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. The following factors will be used to evaluate offer: •(1) Technical acceptability •a. A proposal in considered technically acceptable if all requirements in the PWS are satisfied. •b. If a proposal is found to be technically acceptable, the proposal will then be evaluated for price. •(2) Price including options •a. Price will be evaluated using Attachment 2, Proposed Price List. •b. All CLINs will then be totaled providing an overall total estimated contract value. The offeror with the lowest overall total contract price, including all options, will be awarded the contract. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, applies to this acquisition. (xi) Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation), applies to this acquisition. (xiii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following clauses are also applicable to this acquisition: FAR 52.204-7, System for Award Management FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) as follows: Based on the Colorado Area Wage Determination # 2005-2079, Rev -.16. Service Contract Act (SCA) Wages can be found under http://www.wdol.gov/. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds-System for Award Management (Jul 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.222-41, Service Contract Act of 1965 (May 2014) FAR 52.252-2, Authorized Deviations in Clauses (Feb 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2013) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.232-7003, Electronic Submission of Payment Requests (June 2012) AFFARS 5352.201-9101, Ombudsman (Apr 2014) AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) Wide Area Work Flow (WAWF) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Site Visit Instructions and Quotes Due: A Site visit for PAFB will be conducted on 24 February 2015 at 9 am MST. Please arrive fifteen minutes early at the visitor center at Peterson AFB, CO. All individuals planning to attend the site visit are required to pre-register no later than 20 February 2015 at noon MST. Pre-registration will require all individuals submit on company letterhead the following: each individual's full name, their social security number, date of birth and a phone number to reach him or her in the event any changes occur to the location for the visit. The letter with requested information is to be electronically submitted to Kay Roman/ 719-556-9290 kay.roman@us.af.mil and 21cons.lgcab@us.af.mil. In addition, upon arrival to the base, drivers must provide their driver's license, vehicle registration, and proof of insurance, all passengers must have a valid photo identification card, and the government is not responsible for anyone who does not pre-register or provide the appropriate documentation for access to Peterson AFB. Contractor Quotes are due NLT 18 March 2015 by 1200 pm MST. Your quote must be in writing and signed by an individual with the authority to bind their respective company. Submit your itemized quote showing the cost in accordance with the Attachment 2, Proposed Price List. All quotes must be emailed to MSgt Kay Roman at kay.roman@us.af.mil with a cc to 21conslgcab@.us.af.mil. (xvi) Submit any questions NLT 20 February 2015 by 1200 pm MST. Questions regarding this RFQ must be submitted in writing via email, to either MSgt Kay Roman at (719) 556-9290, kay.roman@us.af.mil or Tracie Winfree at (719) 556-8528 or tracie.winfree@us.af.mil. Attachments: • 1. PWS - Swimming Pool, dated 1 April 2015 • 2. Proposed Price List 3. WD 05-2079 (REV.-16)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-R-5001/listing.html)
 
Place of Performance
Address: Peterson Air Force Base, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03642445-W 20150215/150213234750-1d34953a84ccf04ac02505d8dab1ba86 (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.