SOLICITATION NOTICE
J -- Air Conditioning Maintenance, Repair and Replacement Services
- Notice Date
- 7/17/2009
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-09-Q-AA7329
- Point of Contact
- Maria L Negron, Phone: 757-628-4113, Reginald B Henderson, Phone: 757-628-4129
- E-Mail Address
-
Maria.L.Negron@uscg.mil, reginald.b.henderson@uscg.mil
(Maria.L.Negron@uscg.mil, reginald.b.henderson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS OF PROPOSED CONTRACT ACTION The U.S. Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring AIR CONDITIONING MAINTENANCE, REPAIR AND REPLACEMENT SERVICES to be performed at the USCG AIR STATION (AIRSTA) CLEARWATER, FLORIDA as a 100% SET-ASIDE for SMALL BUSINESS. A Sources Sought Notice was issued JULY 1, 2009, Reference Number SS-AA7329. This requirement is solicited in accordance with FAR Subpart 19.5, Set-Asides for Small Business, using the policies contained in FAR Part 12, Acquisition of Commercial Items, and the procedures in FAR Part 13.5, Test Program for Certain Commercial Items. A Firm-Fixed Price services type contract with Requirements Work will be awarded for a BASE YEAR, starting 01 OCTOBER 2009 through 30 SEPTEMBER 2010, plus NINE OPTION YEARS, of 12 months each, for total contract duration not to exceed 10years/120 months, if exercised by the Government. The applicable North American Industry Classification Standard (NAICS) Code is 238220 (Plumbing, Heating and Air-Conditioning Contractors) with a Small Business Size Standard of $14.0 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA Small Business Size Regulations, http://www.sba.gov/regulations/121/. The solicitation, REQUEST FOR QUOTATION (RFQ) HSCG84-09-Q-AA7329, will be issued on or about 24 JULY 2009 with a closing date for receipt of quotes on or about 21 AUGUST 2009, which will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov. No paper copies of the solicitation and/or amendments will be distributed. It is the potential offeror's responsibility to monitor this avenue (FEDBIZOPPS) for release of the solicitation and any subsequent amendments. The successful contractor shall furnish all labor, equipment, parts, tools, materials, supplies, transportation, supervision and management necessary to perform the services required. The contractor shall be a Florida State Certified Air Conditioner or Mechanical Contractor. The equipment to be serviced is as follows: total systems/31, total pieces/65, and total ton per system ID/178.9. The contractor shall be available for Priority I and when the Contracting Officer Technical Representative (COTR) directs Priority II repairs 24 hours a day, 7 days a week and 364 days a year, excluding Christmas. Priority I (Emergency Repairs) - The contractor shall respond within 6 hours of notification to the Contractor by the COTR. Priority II (Urgent Repair) - The contractor shall respond within 8 hours of notification or the next working day. Priority III (Routine/Preventative Maintenance): Defined as all other work. Routine or Scheduled Preventative Maintenance work shall be completed within 7 calendar days of scheduled maintenance date. There are two categories of work, Firm-Fixed Price and Requirements-Type work as follows: Firm Fixed-Price Work. The Contractor is responsible for performing all work required by the PWS, including preventive maintenance and repair and replacement (under $500) in accordance with industry standards and manufacturers recommendations and Contractor prepared schedules approved by the COTR/Contracting Officer at the lump sum firm-fixed-price portion of the contract without further specific direction from the Government. Requirements-Type Work. The Contractor is responsible for performing all properly issued Work Orders for service work in accordance with the PWS and the individual Work Orders. Requirements-type work is Negotiated Service Work between $500 and $2,500. Any service work over $2,500 will be contracted separately from this contract. A Task Order will be issued with a ceiling amount authorized by the Contracting Officer. Neither the Contractor nor the COTR shall exceed the ceiling unless authorized by the Contracting Officer. Note that service work may be required on buildings, equipment or structures not specifically listed herein. CURRENT CONTRACT INFORMATION: NOT AVAILABLE. THIS IS A NEW REQUIREMENT. The applicable Department of Labor Wage Determination No. 2005-2125, Revision No. 10, Date of Revision 06/17/2009 will be included in the solicitation. An advance copy can be obtained from www.wdol.gov. When the solicitation is issued, contractors must submit Past Performance information along with their quote and any other required documentation. Past Performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, email addresses and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three (3) years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Like or similar contracts are defined as AIR CONDITIONING MAINTENANCE, REPAIR AND REPLACEMENT SERVICES. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. If you have any questions, you may contact the Contract Specialist, Maria L. Negron, via e-mail at Maria.L.Negron@uscg.mil or via phone at (757) 628-4113 or via facsimile at (757) 628-4135. Interested contractors are requested to contact MAT2 JEFF TIMBERLAKE at (727) 535-1437 Ext. 1572 or MR. CLINTON ANSTEAD at (727) 535-1437 Ext. 1574 to request a site visit. See Numbered Note 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-09-Q-AA7329/listing.html)
- Place of Performance
- Address: AIR STATION CLEARWATER, 15100 RESCUE WAY;, POC: MAT2 JEFF TIMBERLAKE at (727) 535-1437 Ext. 1572 OR, POC: MR. CLINTON ANSTEAD at (727) 535-1437 Ext. 1574, Clearwater, Florida, 33762-3524, United States
- Zip Code: 33762-3524
- Zip Code: 33762-3524
- Record
- SN01878737-W 20090719/090717235255-ec3c0ebc36f45882ff7a7abf529631ed (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 |