SOLICITATION NOTICE
W -- U.S. EPA - Water Filler Stations for DC
- Notice Date
- 9/2/2020 12:43:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC20Q0120
- Response Due
- 9/10/2020 12:00:00 AM
- Archive Date
- 10/30/2020
- Point of Contact
- Werwick, Brad
- E-Mail Address
-
werwick.brad@epa.gov
(werwick.brad@epa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 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; a quotation is being requested and a written solicitation will not be issued. The U.S. Environmental Protection Agency (EPA), Office of Mission Support (OMS) in Washington, D.C. requires a contractor to install, repair, replace, inspect and maintain freestanding and countertop water bottle fillers to provide cold and hot water supplied with tap water and associated filtration in approximately 90 pantries throughout EPA Headquarters buildings. All necessary components, materials and services for a freestanding or countertop water bottle filler shall be included with the following salient characteristics to meet the minimum requirements: This item description (further detailed in the attached Statement of Work and Filler Station Inventory) establishes the minimum requirements for the lease, installation and maintenance of the water bottle fillers. Utilizing this system, the EPA will be able to reduce the use of single-serving plastic water bottles and cut greenhouse gas emissions from water transportation and delivery. All necessary components and materials for a complete freestanding or countertop water bottle filler shall be included with the following salient characteristics to meet the minimum requirement: Unit Specification: Water bottle fillers will be either countertop or freestanding models and must meet the following performance requirements: - Deliver cold and hot water on demand - ENERGY STAR� qualified - Equipped with filtration to remove: - Aesthetic chlorine - Particulate Class I (particle size 0.5 (1 micron) - Lead - Tested and certified in accordance with NSF/ANSI 42 and 53 - All units installed must be new - Contractor is responsible for all costs associated with the removal of units at the end of the contract's life, if required Installation Requirements: The contractor shall install freestanding or countertop water bottle fillers in each pantry. The contractor shall provide all necessary personnel, equipment, supplies, products and permits required for this project. All equipment and products supplied by the contractor shall be installed in accordance with the manufacturer's recommendations and applicable codes. The contractor shall be responsible for obtaining all necessary permits, licenses and/or inspections if required. The contractor shall comply with all local, state, and federal regulations. The contractor shall perform all work Monday through Friday, between the hours of 7:00 a.m. to 11:30 a.m. or 1:30 p.m. to 4:30 p.m., unless otherwise specified by the Project Officer (PO). Security escorts will be required for the installation period and during routine maintenance, repairs and replacements if the tech does not have a vetted EPA ID card. Personnel recommended by the contractor to work onsite must have favorable fingerprints, performed and confirmed by the EPA security office. Work must be scheduled and coordinated with the PO or a Facility Manager designated by the PO in advance to prevent the interruption of other ongoing work. No advertising or other signage is permitted onsite during or upon completion of this work without the permission of the EPA. The contractor shall provide an installation plan and a list of materials to be used prior to commencing work, including all plumbing value specifications. This includes a schematic of the intended plumbing approach, including intended materials, for approval by the EPA prior to installation. Materials shall include all necessary new equipment, hardware, pipe, tubing, plumbing fittings, electrical connections, and miscellaneous parts. All materials used shall be submitted to the EPA for review and approval. The contractor shall drill holes through the countertop or under the sink cabinet (laminate) to connect the water lines from the water source to the water filler/water coolers. All plumbing work, including installation of any water supply lines, must be completed by a Licensed Green Plumber (www.greenplumbersusa.com). All plumbing shall be permanently affixed to existing plumbing and include an isolation valve. The contractor shall not clamp on piercing saddle valves to existing pipe. The contractor shall be responsible for cleanup and repair of any damage to the EPA facility or equipment which results from project installation, repair, replacement and maintenance. The contractor shall remove and dispose of all installation and construction debris. The contractor shall not dispose debris or trash on the EPA property. All damage by the contractor to EPA's property shall be repaired within 24 hours after confirmation by the EPA. All materials used must be approved by the EPA Safety and Health Division, prior to commencement of repair work. Maintenance Requirements: All equipment and products supplied by the contractor shall be maintained in accordance with the manufacturer's recommendations and applicable codes. The contractor shall demonstrate to the EPA representatives designated by the PO how to use the water filler units. The contractor shall provide one complete copy of all manufacturer's operating and maintenance instructions to the PO upon completion of the project. The contractor shall provide the PO and any named alternate with a semi-annual maintenance schedule of services performed, maintenance type, building, pantry location, date services performed, filter replacement, etc. The contractor shall assume that approximately 50-75 employees will be using each of these units on a daily basis. The contractor shall replace the filters in all water bottle fillers every six (6) months. The contractor shall replace the filters in all or some water bottle fillers as needed for special/unique occurrences in rare occasions. Maintenance personnel shall provide schedules with enough notice to obtain the necessary escorts to enter EPA's facilities during normal business hours and visibly place a damage free removable sticker or other approved signage on units indicating filters have been changed (mm/dd/yy) and when the next filter change is scheduled (mm/dd/yy). The contractor shall respond to maintenance calls within 24 hours after receiving a telephone call or an email from the PO, Alternate PO or Facility Manager. The contractor shall provide a new comparable replacement unit within 24 hours after the PO's approval of the unit. There will be no charge to the EPA to remove units no longer required. Monthly Reports: The contractor shall submit monthly reports to the PO and any named Alternate which shall include the following information, but not limited to: - Date serviced - Problems detected - Date filter replaced - Building, floor and pantry number - Date repaired and/or replaced - Any impediments encountered - Current number of units onsite - Current active POCs and Techs (name, phone, and email) Partial orders will not be accepted. Offeror's must quote all requested items. Anticipated Period of Performance: Base Period 10/1/2020 - 9/30/2021 Option Period 1 10/1/2021 - 9/30/2022 Option Period 2 10/1/2022 - 9/30/2023 Option Period 3 10/1/2023 - 9/30/2024 Option Period 4 10/1/2024 - 9/30/2025 Any delivery shall be FOB Destination. Delivery shall be made to the addresses listed in the Statement of Work. This acquisition is a total small business set aside and will be processed in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) code is 532420 with a small business size standard of $35M. The solicitation number is 68HERC20Q0120 and is issued as a request for quotation. All attachments are available through the FedConnect link included within this Federal Business Opportunities posting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08, effective 13 August 2020. This solicitation includes the following clauses and provisions: Clauses: 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.212-4 Contract Terms and Conditions; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Provisions: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.212-1 Instructions to Offerors; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.225-25 Prohibition On Contracting With Entities Engaging In Sanctioned Activities Relating To Iran-Representation And Certifications; For 52.212-5 the following clauses apply within: 52.204-10 Reporting Executive Compensation and First-Tier Subcontractor Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-5 Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. Award will be selected based on the Lowest-Priced, Technically Acceptable offer that meets all requirements of the Statement of Work. Offerors must itemize their total proposed price showing a monthly per unit price for each period of the contract. Quotations shall be submitted no later than September 10, 2020 by 3:00 pm Eastern Time (ET) via FedConnect.net. Emailed quotes will not be accepted. Interested offerors may submit questions to the Contracting Officer until 12:00pm ET on September 4, 2020. Quotations shall include all necessary documentation for the EPA to verify technical acceptability of the proposed equipment/services to meet the minimum specifications. The EPA anticipates awarding without discussions. All responsible sources may submit a quotation, which shall be considered by the agency. The point of contact for this requirement is Brad Werwick, Contracting Officer, at 513-487-2018 or email at Werwick.Brad@epa.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f243a219f4554ca9a7ad5bd9abd8f6bb/view)
- Record
- SN05783875-F 20200904/200902230138 (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 |