Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2016 FBO #5173
SOLICITATION NOTICE

J -- Preventative Maintenance and Repair to Heating, Ventilation and Air Conditioning Systems. - Solicitation

Notice Date
1/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-16-R-0002
 
Archive Date
4/30/2016
 
Point of Contact
Barbara Ann Bocsy, Phone: 6146923650, James Linard, Phone: 6146922468
 
E-Mail Address
barbara.bocsy@dla.mil, James.Linard@dla.mil
(barbara.bocsy@dla.mil, James.Linard@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation The Defense Logistics Agency Contracting Services Office - Columbus, located at the Defense Supply Center Columbus (DSCC) located in Columbus, Ohio has a requirement for Preventative Maintenance and Repair to Heating, Ventilation and Air Conditioning systems. General Description of Work The contractor shall provide all labor, materials, tools, equipment, transportation, replacement parts, supplies, supervision, etc., necessary to operate, service, perform preventative maintenance and repair heating, ventilating and air conditioning systems located in various buildings at the Defense Supply Center Columbus (DSCC). DSCC is a 530 acre site. Buildings to be serviced include Buildings 2, 4, 9, 10, 11, 14, 15, 17, 18, 19, 20, 20A, 22, 25, 27, 30, 31, 43, 44, 45, 45A, 46, 47, 49, 50, 52, 54, 58, 61, 64, 65, 66, 70, 71, 72, 73, 74, 92, 201, 301, 302, 306, 308, 314, 330, and 507. Building 20 is a seven story 700,000 square feet office building. Buildings 2, 43 and 306 are two story structures. All other buildings are single story. LEVEL 1 SERVICES Preventative Maintenance Requirements: The contractor shall perform all preventative maintenance as detailed in the most recent edition of the General Services Administration (GSA) Preventative Maintenance Checklist in conjunction with the manufacturer recommended preventative maintenance as provided in the manufacturer's operation and maintenance manuals. The contractor shall maintain a complete library of all documents pertaining to the preventative maintenance of the equipment located on Center at all times and have it available for Government review. The contractor shall be responsible for obtaining a copy of the GSA Checklist and the equipment manufacturer's operation and maintenance manuals. The contractor will be responsible for maintaining all of the Center's equipment accordingly where preventative maintenance is referenced. General HVAC Services: The contractor shall provide all annual, semiannual, quarterly, monthly, weekly, daily, etc. service necessary to operate, inspect, calibrate, test and perform preventative maintenance on each piece of equipment and equipment system included in the contract. The contractor's proposal shall include, but is not limited to, all costs associated with supervision, labor, tools, equipment, transportation, chemicals, refrigerants, glycol, belts, filters, lubricants, etc., necessary to accomplish this work. The contractor shall maintain refrigerant and glycol systems tight and leak free. The contractor is responsible for providing all required refrigerants and glycol. Equipment belts and filters will be replaced at regular intervals as will be discussed in paragraph 4.4 Preventative Maintenance Plan. The contractor will be reimbursed for these services at a monthly fixed rate. The Contractor shall implement and maintain a Water Treatment Program for the site mechanical systems to include, but not limited to, all Chilled Water loop, Glycol Loop, Condenser water and Hot Water Loop. The Contractor shall supply and maintain all chemicals, test kits, equipment and labor required to keep all systems free of scale, corrosion, algae, slime and microbiological growth. General Plumbing Services : The contractor shall provide all annual, semiannual, quarterly, monthly, weekly, daily, etc. service necessary to operate, inspect, calibrate, test and perform preventative maintenance on the following plumbing equipment and systems included in the contract. LEVEL 2 SERVICES Level 2 Service: These services include equipment replacement, equipment repair, or system and equipment modifications that are not included as part of the basic maintenance requirements. Examples of Level 2 Services include, but are not limited to, repair, replace or modify a chiller, AHU, condenser, compressor, fan, fan motor, pump, pump motor, cooling/heating coils, control devices, ductwork or similar HVAC or plumbing equipment. The contractor may also be requested to rent and operate temporary HVAC and plumbing equipment. Prior to performing the task, the Government and the contractor will have agreed upon the cost for the scope of work necessary to complete the service. No Level 2 Services will be performed unless directed by the Government representative. The Government may elect to provide materials or perform the equipment repair and/or replacement. The Government may also direct the contractor to install new equipment to supplement an existing HVAC or plumbing system. Additionally, the contractor may be directed to perform work in a building or on a piece of equipment not specified in the contract. Chiller Teardown and Inspection: A compressor teardown inspection of one of the three chillers in Building 20A may be performed once during each contract year. The teardown inspections shall be performed according to the chiller manufacturer's recommendations. During the teardown, perform an eddy current analysis of the condenser tubes in all three chillers. At the completion of work, provide the Government with a written report of all inspection results along with conclusions, recommendations and corresponding pricing for any required repairs. No work shall be performed unless specifically directed by the Contracting Officer. The contractor will be paid only for the annual inspections performed under Level 1 Services. The compressor teardown inspections shall be performed during the months of December through March and shall be coordinated with the Government. This is a general statement of the requirement - offerors should familiarize themselves with the entire Performance Work Statement and solicitation for details on the requirement. The work must be accomplished in strict accordance with the Performance Work Statement contained in the solicitation. CONTRACTOR QUALIFICATIONS: Only contractors with a minimum seven (7) years of experience in providing services for contracts of similar size and scope are qualified to submit an offer. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor shall submit sufficient information detailing the contractor's experience and qualifications. The contractor must submit evidence of similar project scope experience, with the bid package, to include the size of facility, location, and duration of continuous service. This evidence must identify what labor was performed with the contractor's own employees, as well as what labor was performed by other contractors and subcontractors. The contractor and his/or his sub-contractor shall possess all licenses required by the Local, State, and Federal Government for the work being conducted within a specific trade. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. DSCC has numerous plumbing and HVAC control systems including Johnson (B20/20A), Trane, Carrier, TAC and Siemens. The Project Superintendent and site technicians must have a detailed knowledge of the operation of these and other similar control systems. The contractor shall submit a Management Plan for the project detailing assigned duties, for all contractor employees and subcontractors, as part of the submitted bid package. The Management Plan shall demonstrate that the contractor is capable of completing all work in accordance with the Statement of Work. The Management Plan must identify all work that shall be accomplished with in-house resources and demonstrate that the contractor has identified all strategic partners for any project requirements that are to be completed by subcontractors. Self performance of a minimum of 50% of the contractual requirements, by the prime contractor, is required. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor's Management Plan shall be used for defining or stating policy, objectives, or requirements; assigning responsibility; controlling utilization of resources; periodically measuring performance; comparing that performance against stated objectives and requirements; showing work control; and taking appropriate action. The Contractor's day-to-day operation shall adhere to this documented method. The Management Plan shall include, but not be limited to the following: Organizational Structure, Lines of Support, Subcontractor Relationships Operational Procedures, Employee Resumes, Overall Approach to Work, Transition Plan, Quality Management Plan, Project Management Plan, Environmental & Safety Plan, and Security Plan. All contractor provided program managers are required to have a minimum of three years of experience executing the designated program requirements. Safety Manager(s) shall have an OSHA 30 hour course certification. Key personnel designated for these assignments must be designated by the principle in writing. Designees may perform multiple responsibilities. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the Project Superintendent. These qualifications shall demonstrate the ability of the Project Superintendent to manage, operate, and execute the quality assurance requirements for the maintenance of HVAC and plumbing systems for contracts of similar size and scope. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project Maintenance Scheduler. These qualifications shall demonstrate the ability of the project Maintenance Scheduler to organize, schedule, and manage all routine & preventative maintenance services, Level 1 services, and Level 2 service requests to assure that a sufficient number of experienced, trained, and qualified personnel are available to perform all of the services and tasks required by this Contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project HVAC Mechanics. These qualifications shall demonstrate the ability of the project HVAC Mechanic to properly, safely, and economically manage, operate, and maintain the buildings and systems identified in this contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project Maintenance Plumber. These qualifications shall demonstrate the ability of the project Maintenance Plumber to properly, safely, and economically manage, operate, and maintain the buildings and systems identified in this contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project General Maintenance Worker. These qualifications shall demonstrate the ability of the project General Maintenance Worker to provide daily routine maintenance and preventative maintenance assistance. The contractor shall submit, with the bid package, copies of any contingent contracts or subcontracts that provide any services required under this contract. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. SITE VISIT: A one-time site visit is scheduled for all prospective offerers. Each offerer shall have a representative at the site visit. Proposals received from any contractor that did not attend the site visit will not be evaluated for award. Offerors are invited to attend an organized site visit by reporting to the Facilities Engineer, Building 20, Defense Supply Center (DSCC), Columbus, Ohio on 28 January 2016 (date), at 9:00 A.M.(time). Attendees should arrive at the visitor's processing center at 401 N. Yearling Road, Whitehall, OH 43213 between 8 and 8:15 to allow for arrival at Bldg 20 in time for the site visit. The Defense Supply Center is a restricted facility and entry will require a notification 48 hours in advance of any site visit. Email requesting entry must be sent to barbara.bocsy@dla.mil and must identify the person requiring entry permission, their corporate affiliation, date and time of visit. A government issued photo identification will be required and entry will not be granted to foreign nationals. The award resulting from this solicitation will be a firm fixed price Indefinite Delivery/Indefinite Quantity contract. Individual Task Orders will be issued as requirements occur under all CLINS. The task order will specify work to be performed and will reflect the labor rates of the proposed staff in effect when the task order is issued (in accordance with the provisions contained in the IDIQ contract basic award and the award task orders.). The contractor will perform all work in accordance with the task order performance work statement/specifications. All task orders will be fixed priced. The period of performance on a task order may extend past the IDIQ basic award contract's expiration date provided any individual task order does not exceed five years. This requirement is being set aside for small business. The North American Industry classification System (NAICS) code for this acquisition is 561210. The small business size standard is $38,5000.00. There will be one award made for this requirement. This requirement is being solicited on an all or none basis - all offers must provide pricing for all schedule items for the base year and all option periods. The requirement will be awarded for a base period of one year with four additional one year option periods available to be exercised providing contractor performance is acceptable. The solicitation will be awarded to the responsible low priced technically acceptable offeror. Contractor qualification requirements are as follows: CONTRACTOR QUALIFICATIONS: Only contractors with a minimum seven (7) years of experience in providing services for contracts of similar size and scope are qualified to submit an offer. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor shall submit sufficient information detailing the contractor's experience and qualifications. The contractor must submit evidence of similar project scope experience, with the bid package, to include the size of facility, location, and duration of continuous service. This evidence must identify what labor was performed with the contractor's own employees, as well as what labor was performed by other contractors and subcontractors. The contractor and his/or his sub-contractor shall possess all licenses required by the Local, State, and Federal Government for the work being conducted within a specific trade. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. DSCC has numerous plumbing and HVAC control systems including Johnson (B20/20A), Trane, Carrier, TAC and Siemens. The Project Superintendent and site technicians must have a detailed knowledge of the operation of these and other similar control systems. The contractor shall submit a Management Plan for the project detailing assigned duties, for all contractor employees and subcontractors, as part of the submitted bid package. The Management Plan shall demonstrate that the contractor is capable of completing all work in accordance with the Statement of Work. The Management Plan must identify all work that shall be accomplished with in-house resources and demonstrate that the contractor has identified all strategic partners for any project requirements that are to be completed by subcontractors. Self performance of a minimum of 50% of the contractual requirements, by the prime contractor, is required. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor's Management Plan shall be used for defining or stating policy, objectives, or requirements; assigning responsibility; controlling utilization of resources; periodically measuring performance; comparing that performance against stated objectives and requirements; showing work control; and taking appropriate action. The Contractor's day-to-day operation shall adhere to this documented method. The Management Plan shall include, but not be limited to the following: Organizational Structure, Lines of Support, Subcontractor Relationships Operational Procedures, Employee Resumes, Overall Approach to Work, Transition Plan, Quality Management Plan, Project Management Plan, Environmental & Safety Plan, and Security Plan. All contractor provided program managers are required to have a minimum of three years of experience executing the designated program requirements. Safety Manager(s) shall have an OSHA 30 hour course certification. Key personnel designated for these assignments must be designated by the principle in writing. Designees may perform multiple responsibilities. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the Project Superintendent. These qualifications shall demonstrate the ability of the Project Superintendent to manage, operate, and execute the quality assurance requirements for the maintenance of HVAC and plumbing systems for contracts of similar size and scope. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project Maintenance Scheduler. These qualifications shall demonstrate the ability of the project Maintenance Scheduler to organize, schedule, and manage all routine & preventative maintenance services, Level 1 services, and Level 2 service requests to assure that a sufficient number of experienced, trained, and qualified personnel are available to perform all of the services and tasks required by this Contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project HVAC Mechanics. These qualifications shall demonstrate the ability of the project HVAC Mechanic to properly, safely, and economically manage, operate, and maintain the buildings and systems identified in this contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project Maintenance Plumber. These qualifications shall demonstrate the ability of the project Maintenance Plumber to properly, safely, and economically manage, operate, and maintain the buildings and systems identified in this contract. The contractor shall provide sufficient documentation of the certifications, license, and specific experience of the project General Maintenance Worker. These qualifications shall demonstrate the ability of the project General Maintenance Worker to provide daily routine maintenance and preventative maintenance assistance. The contractor shall submit, with the bid package, copies of any contingent contracts or subcontracts that provide any services required under this contract. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-16-R-0002/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Defense Supply Center Columbus (DSCC), 3990 E. Broad Street, Gate access address:, 401 N. Yearling Road, Whitehall, OH 43213, Whitehall, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN03995952-W 20160122/160120234259-d4caaeea0da4194c72b993e3dedd6063 (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.