Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

J -- HVAC Maintenance and Repair Services DFAS-RO

Notice Date
5/26/2020 3:10:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
HQ042320R0029
 
Response Due
6/3/2020 7:00:00 AM
 
Archive Date
06/18/2020
 
Point of Contact
Anthony M. Svab, Phone: 6147014283
 
E-Mail Address
anthony.m.svab2.civ@mail.mil
(anthony.m.svab2.civ@mail.mil)
 
Description
HVAC MAINTENANCE AND REPAIR for DFAS-Rome REQUEST FOR QUOTES (RFQ) NO: HQ0423-20-R-0029 This is a combined synopsis/solicitation (RFQ) for the purchase of HVAC maintenance and repair services for Defense Finance and Accounting Service (DFAS) Rome, NY in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� Under FAR Part 13.3 the Government intends to award one fixed priced contract. �This will be full and open for all vendors.� NAICS code for this announcement is 238220 with small business size standard of $16.5 million. SOLICITATION CLOSING DATE: �All quotes must be received by 10 am (Eastern), Wednesday, June 3, 2020.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil. ��Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following:� Best Available price for requested HVAC maintenance and repair; Vendor Contact Name, Phone Number and Email Address; Company Cage Code and DUNS Number; Tax Identification Number; Business Size:� Small/Large/Other: _______________ � IMPORTANT REMINDERS:� � Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. List of Attachments: The following are attached and included as part of this RFQ: Performance Work Statement (PWS), SCA Wage Determination, Included Clauses in Full Text,� Justification and Approval, and Schedule of Items. **Please see the Schedule of Items attached below. Please utilize this schedule when submitting your quote. Failure to use the attached schedule will result in your quote NOT being considered for award. ** �DESCRIPTION:� This requirement is performing Heating Ventilation Air Conditioning (HVAC) maintenance service at DFAS Rome, NY.� The contractor shall perform routine maintenance inspections as described in the Performance Work Statement (PWS), emergency service between inspections as required for the purpose of diagnosis of trouble, adjustment, and resetting controls, and all labor, parts, refrigerant, oil, and other materials to diagnose, repair, or replace failed components of equipment covered under this contract. This includes filter replacement as required but not less than twice per year. �In addition to the equipment list in exhibit A of the PWS, this contract will cover the communication network, lighting control systems, to include all switches, modules, relays, and all parts required for the equipment to operate at full capacity.� Emergency response will be within two (2) hours of notification with repairs made within 24 hours of notification. � Period of Performance:� This contract will be established for a one (1) year* base period with four (4) one-year option periods. (*From date of award.) Place of Performance: DFAS Rome 325 Brooks Road, Griffiss Business & Technology Park Rome, New York 13441-5000 � BASIS FOR AWARD: �The Government will award to the Contractor whose quote is determined to be lowest price technically acceptable for each grouping of similar like items. Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5)� The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement.� Evaluation of options will not obligate the Government to exercise the option(s).� � Basis for Determining Technical Qualification: Trane factory certified/trained technicians and proprietary service tools are required in order to complete the full scope of service on the Trane Tracer Building Automation System and Trane Programmable Controllers in the DFAS RO facility. Quoted services must be from vendors who will provide technicians which are qualified per the PWS. Your quote MUST show that you are able to meet these requirements in order to be considered for award. Your quote also MUST include the attached Schedule of Items (see attached). Failure to include the attached Schedule of Items and to indicate in writing on your quote that you can provide technicians with the qualifications required in the PWS will result in your quote not being considered for award.� � Qualifications:� All services the Contractor provides shall be services performed at the commercial and industrial journeymen level in HVAC principle craft for five (5) years; certified to handle such refrigerants (EPA Section 608 Technician Certification Program). If the contractor will use a subcontractor to perform these services they must submit copies of the subcontractors' resumes.� Prior to contract award, the contractor shall submit a list of qualified personnel who will perform the services, for Government approval.� The Contractor shall not provide workmanship that will void any existing warranties. The Contractor shall provide Trane factory certified/trained technicians on the Trane Building Automation System and on Tracer software. � � INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract.� Reference DFAR Clause 252.232-7006. � PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://acquisition.gov/. � Provisions By Reference: � FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1 Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018) (MAR 2020) FAR 52.212-3 Offeror Representation and Certifications � Commercial Items (MAR 2020) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance (April 1984) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Jun 2019) � Clauses By Reference: � FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.223-10 Waste Reduction Program (MAY 2011) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.242-15 Stop-Work Order (Aug 1989) FAR 52.253-1 Computer Generated Form (JAN 1991) DFARS 252.201-7000 Contracting Officer�s Representative (Dec 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7012-- Safeguarding Covered Defense Information and Cyber Incident Reporting. (Dec. 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support (MAY 2016) DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (May 2019) DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) DFARS252.232-7010 Levies on Contract Payments (Dec 2006)� DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 Subcontracts for Commercial Items.� (Jun 2013) � Provisions by Full Text: FAR 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this announcement must be submitted in writing to anthony.m.svab2.civ@mail.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline.� Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� � PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de3cce456c5c4374ac03135fc567a1ba/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN05669993-F 20200528/200526230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.