Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

S -- Clean HVAC Ducts

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
 
ZIP Code
65305
 
Solicitation Number
F23606-03-Q-0011
 
Point of Contact
John Hayes, Contract Administrator, Phone 660-687-1172, Fax 660-687-4822, - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822,
 
E-Mail Address
509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items (non-personal services), prepared 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit written offers (no oral ones) on RFQ F23606-03-Q-0011. All Statement of Work and Evaluation Factor requirements must be met as they appear in this notice. This procurement is 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. Period of performance is 45 days from the start of this project. FOB Destination for delivery at Whiteman Air Force Base, Missouri, Buildings 91 303rd Fighter Squadron, 1435 ALS Facility, 2014 Fitness Center, The Missions End (The Club), and 3016 Child Development Center. Statement of Work (SOW) for HVAC/DUCT CLEANING SERVICES. 1. GENERAL. 1.1 The Contractor shall provide transportation, labor, materials, equipment, fuel, and any other needed material for the purpose of this project. 1.2 Contractor personnel and vehicles must posses appropriate passes. These shall be obtained from Security Forces, Pass and ID, at the Visitor Center, located at the base Spirit Gate. 1.3 The Contractor is subject to all Base fire, safety, security, and traffic regulations. 1.4 The Government contracts on the understanding that the Contractor is complying with applicable laws concerning workplace safety. 1.5 The contractor is subject to all citations and penalties for violation of applicable workplace safety laws. The burden of compliance rests with the Contractor. Enforcement of workplace safety laws is the responsibility of the agency specified in the applicable law. 1.6 The Contracting Officer may notify the Contractor of hazards in Contractor operations that endanger Government personnel or property and require appropriate abatement action. This provision does not constitute assumption of liability for Occupational Safety and Health compliance on the part of the Government or negate other agency responsibility for enforcement of applicable laws. 1.7 Accident prevention principles must be thoroughly integrated into all operations. Unsafe conditions and practices, as identified by the Contracting Officer, or designated representative, must be corrected immediately. 1.8 Any and all debris generated by the Contractors operations shall be removed from Whiteman Air Force Base. Disposal of all debris shall be in accordance with existing local, state, and federal regulations. The Contractor shall be responsible for any permit or fees associated with the use of off-base disposal locations. 1.9 The Contractor shall be liable for any loss, destruction, or damage beyond normal wear and tear, and deterioration to Government property, including vegetation and landscaping, resulting from Contractor operations. Any damage to government or personal property will be repaired or replaced to the Contracting Officer?s satisfaction at Contractor's expense. 2. DUCT CLEANING. 2.1 All cleaning shall be in accordance with National Air Duct Cleaners Association Standard 1992-01 (NADCA ? see www.nadca.com for reference). 2.2 Clean all surfaces of supply louvers, and return grills at each supply and return point. Clean with an appropriate method conducive to the surface that is cleaned. Surfaces should be clean and free of debris and dust when completed. 2.3 Clean heating and cooling units in each facility. Cleaning the interior of these units include blower assembly-hand brushed and vacuumed. Cooling coils and drip pans should be cleaned with approved mild acid and rinsed clean. Solution must be compatible with the surface cleaned. Treat areas with a broad-spectrum disinfectant that will kill bacteria viruses, mold, and mildew. Replace filters in units upon completion of cleaning using high efficiency cotton pleated filters. 2.4 Clean and vacuum inside all attached ductwork system to include supply, return, and fresh air supply and returns. Access overhead ductwork of system by non-flame producing method where necessary to gain entry to duct. Contractor shall be responsible to patch and seal all entrances to duct with a metal plate of like material secured by duct sealer, metal screws, and foil duct tape. If duct is insulated the panel shall be insulated be it interior or exterior insulation. 2.5 Loosened dirt will be vacuumed from the system into a specialized filtration unit capable of collecting the dust and filtering the air to hospital clean standards. HEPA filtration on the unit shall remove 99.9% of the dirt particles in the exhausted air. 2.6 Treat all areas of the ductwork with a wide spectrum disinfectant, which will kill bacteria, viruses, mold, and mildew. 2.7 Encapsulate all portions of the interior ductwork with a polymer based EPA registered encapsulate. Product shall have the capability to adhere any soot particles not removed by vacuuming, and shall aid in sealing any loose duct insulation. 2.8 Clean all glass-insulated ducts (flex duct) by forced air or by using the recommendations of the NAIMA (North American Insulation Manufactures Assoc.). Submit procedure for approval. 2.9 All internal components in the duct work such as Fan Powered or non-powered Variable Air Volume (VAV) Units, Pre-heat and re-heats, all blower and damper assemblies must be cleaned. 2.10 Notify the Civil Engineering inspector of any unusual damage to duct, insulation, or mechanical problems prior to submission of bid if found during pre-bid site visit. Contractor shall inform the same of any discovery during the cleaning operation so applicable repairs can be made by in house maintenance. All work schedules will be performed during non-duty hours and will be scheduled with the appropriate building manager and Civil Engineer inspector. Work may have to be performed evenings or weekends due to mission requirements. 3. LOCATIONS. 3.1 Building 91 (303rd Fighter Squadron), 1435 ALS Facility, 2014 Fitness Center, The Missions End (The Club), and 3016 Child Development Center. 3.2 A one-time site visit is scheduled to allow prospective contractors to view the installations involved with the contract on 30 May 2003 at 0900. Contractors that plan on attending the site visit must RSVP (via Fax or E-mail) with all Names, Dates of Birth, Social Security Numbers, Vehicle Make/Model and license plate numbers of those attending to Lt John Hayes no later than 23 May, 2003 at 1500. Please place "HVAC DUCT CLEANING C/O LT Hayes" in the subject line. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The government will make an award in pursuant to 52.212-2 Paragraph A with the evaluation factor being price. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: (b)(12) FAR 52.222-26, Equal Opportunity; (b)(13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (b)(14) FAR 52.222-36, Affirmative Action for Workers with Disabilities; (b)(15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (b)(22) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (c)(1) FAR 52.222-41, Service Contract Act of 1965, as amended. U.S. Department of Labor Wage Determination 94-2307 revision 23 is applicable to this requirement; (c)(2) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. Addenda to FAR 52.212-4: The following additional clauses apply to this solicitation: 52.237-2, Protection of Government Buildings; and 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. The following provisions apply to this solicitation: 52.252-1, Solicitation Provision Incorporated by Reference; 52.237-1, Site Visit; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; and 252.204-7004, Required Central Contractor Registration. The above Provisions and Clauses may be obtained via Internet at http://farsite.hill.af.mil. All proposals must be mailed to POC 2Lt John T. Hayes at 509 CONS/LGCA, 727 Second Street, Suite 124A, Whiteman AFB MO 65305. Award will be made to the lowest responsive and responsible offeror. Proposals are required not later than 3:00 PM CST, 12 June 2003.
 
Place of Performance
Address: Whiteman AFB, MO
Zip Code: 65305-5344
Country: USA
 
Record
SN00329784-W 20030523/030521213655 (fbodaily.com)
 
Source
FedBizOpps.gov 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.