Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
MODIFICATION

K -- REPAIR & MAINTAIN CHILLERS

Notice Date
5/29/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0086
 
Response Due
6/3/2003
 
Archive Date
6/18/2003
 
Point of Contact
Donna Taylor, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
donna.taylor@bolling.af.mil, valerie.gaines@bolling.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0086. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. This is a HUBZONE set-aside. The North American Industry Classification System code is 811310 (formerly SIC code 7699) at $6 million size standard. LINE ITEMS: 0001 Preventative maintenance and repair for chiller 1&2 at the base utilities plane, building 18, QTY: 4/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. A complete price breakdown is required as part of your offer for each line item listed above. The breakdown shall include, as a minimum, the following: Direct cost (i.e., total material/equipment cost, including applicable taxes; total labor cost, including labor burden; and total working hours) and Indirect cost (i.e. total overhead and total profit). The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: EMERGENCY REPAIR CHILLERS 1.SCOPE. The work covered by these specifications consists of safely operating and furnishing all labor, equipment, parts, supplies, transportation, materials to provide "EMERGENCY REPAIR SERVICES" for two (2), Dunham-Bush five hundred (500) ton chillers in the central chilled water plant. This includes but not limited to inspections and repairs. Chillers are located in building 18 on Bolling Air Force Base Washington, DC. All work shall be performed in accordance with the statement of work (SOW) which is incorporated into this solicitation by reference. The full text SOW will be available at the site visit and it shall be included with the resulting purchase order. Offerors may also request an electronic full text SOW by submitting an email request to donna.taylor@bolling.af.mil. 1.1. DESCRIPTION OF SERVICES. 1.1.1. Basic Services. The contractor shall provide emergency repair services to include inspections and all emergency service calls to repair the designated equipment stated in paragraph 1. The contractor shall provide emergency repair services to chillers 1 and 2 in accordance with equipment's manufacturer's recommendations, and commercial practices. 1.1.2. At the beginning of the contract performance the contractor shall conduct an initial inspection. The contractor shall check oil level, refrigerent level, pressures, temperatures, etc. to ensure conformance with manufacturers specifications. 1.2. EMERGENCY SERVICE CALLS. Emergency service calls are defined as visits and services requested at any time. Emergency calls shall include determining the cause of trouble and making repairs or adjustments that require parts and supplies. The contractor shall respond within (2) two hours of request by the using agency, (24) twenty-four hours a day, (7) seven days a week. When a service call is placed against this contract, the contractor shall perform in accordance with the following paragraphs: The government inspector and civil engineering operations desk will be the primary office to contact the contractor for service calls concerning emergency repair services. 1.2.1. PARTS AND MATERIALS FOR EMERGENCY SERVICE CALLS 1.2.1.1. The Government shall reimburse the contractor for those parts used in repairing the equipment under this contract. Materials, shipping and handling will be paid in full. The contractor shall acquire the parts and materials required for the performance of the contract provided sufficient funds remain on the contract for parts and materials. The contractor shall purchase parts and materials at the lowest price obtainable and secure reasonable competition for such purchases when available. All discounts and rebates shall be credited to the Government. 1.2.1.2. All parts and materials shall be genuine replacement parts, as manufactured or recommended by the manufacturer. All parts shall be U.L. Underwriters Laboratory approved/listed. Only new standard parts shall be used in effecting repairs. All replacement parts obtained by the contractor will be invoiced at contractor's cost. Additional cost/mark-up on materials or work performed by sub-contractors will not be accepted. Government shall not pay any taxes. The contractor shall provide a copy of the original suppliers' invoices, tickets, sales slips or other documents identifying items purchased under the reimbursable portion of this contract. All documents shall be available for the government inspector review and the contracting officer's review and audit. 1.2.1.3. Materials, tools, and supplies of the trade: The contractor shall supply at their expense, (no cost to government) all materials, test equipment and supplies of the craft, trade, profession, or regular line of business of work as it relates to this Statement of Work, (i.e. lubricants, rags, cleaning items, solvents, tools, test equipment, refrigerant recovery equipment, and software upgrade equipment etc.). 1.2.1.4. The contractor shall provide a service ticket itemizing all parts and materials used, to the Government representative upon completion of each service call. Both the contractor and a Government representative must sign the service ticket before the service call can be officially closed. In addition to the required signatures, the report will include the following information: 1.2.1.4.1. Date and time notified of equipment failure. 1.2.1.4.2. Date and time repair is completed. 1.2.1.4.3. Total time spent of repair. 1.2.1.4.4. Description of the malfunction and the fix. 1.2.1.4.5. The part number(s) and description(s) of all parts/materials replaced. 1.2.1.4.6. Actual cost of parts/materials. 1.2.1.4.7. Contract number 1.2.2. LABOR FOR EMERGENCY SERVICE CALLS 1.2.2.1. The Government shall reimburse the contractor for all labor hours used in repairing the equipment under this contract during all emergency service call. 1.2.2.2. Labor charges will not apply for time spent by contractor personnel after arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts, etc., after a service has commenced. 1.2.2.3. Service performed inside and outside of normal duty hours: 1.2.2.3.1. The contractor shall be reimbursed at the regular hourly rate for work performed during normal duty hours. 1.2.2.2. For work performed outside the normal duty hours, the contractor shall be reimbursed at the hourly rate prescribed for work outside the normal duty hours. 1.2.2.4. Labor charges will be computed to the nearest ? hour. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: ? A site visit is highly encouraged. Please submit request for site visit via fax, email or telephone call. We will meet at building 18. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Donna Taylor.? Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Heating, Refrigeration and Air Conditioning Mechanic, Monetary Wage-Fringe Benefits: WG-10, $20.44; Employee Class: Maintenance Trade Helper, Monetary Wage-Fringe Benefits: WG-5, $14.39. The incorporated Wage Determination 1994-2103, dated October 4, 2002, revision 28 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 03 June 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Donna Taylor, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7896, E-mail to donna.taylor@bolling.af.mil.
 
Place of Performance
Address: Building 18, Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00334247-W 20030531/030529213456 (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.