SOLICITATION NOTICE
J -- Chiller Maintenance
- Notice Date
- 11/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124810B0100
- Response Due
- 11/20/2009
- Archive Date
- 1/19/2010
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Restrictions: This is a combined synopsis/solicitation for Chiller Maintenance, Postwide, Fort Campbell, Kentucky - 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; bids are being requested and a written solicitation will not be issued. Solicitation Number W91248-10-B-0100 is issued as an Invitation for Bid IFB. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, dated 14 Oct 2009. NAICS is 811310; business size is $7.0 Million; acquisition is 100% set-aside for Service Disabled Veterans Small Business Concerns. Description of Items Requested: Base Year, Line Item 0001 Winter Maintenance for Line Items 0001AA through 0001AE, Line Item 0001AA, 3 Each, CHVE 1280, Line Item 0001AB, 2 Each CHVE 400/410, Line Item 0001AC, 5 Each, Screw Water Cooled Type, Line Item 0001AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 0001AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 0002 Summer Maintenance for Line Items 0002AA through 0002AE, Line Item 0002AA, 3 Each, CHVE 1280, Line Item 0002AB, 2 Each CHVE 400/410, Line Item 0002AC, 5 Each, Screw Water Cooled Type, Line Item 0002AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 0002AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 0003, Emergency Repair Assessment, 4 Each, Line Item 0004 Time and Materials To be Requested as Needed by the Government Line Items 0004AA and 0004AB, Line Item 0004AA, Labor Man Hours, 100 Each estimated; Line Item 0004, Materials To be Paid In Accordance with Contract Clause 52.212-4, Alt 1, 1 Lump Sum estimated $6000.00. Line Item 0005, Contractor Manpower Reporting, 1 Lump Sum. First Option Period, Line Item 1001 Winter Maintenance for Line Items 1001AA through 1001AE, Line Item 1001AA, 3 Each, CHVE 1280, Line Item 1001AB, 2 Each CHVE 400/410, Line Item 1001AC, 5 Each, Screw Water Cooled Type, Line Item 1001AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 1001AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 1002 Summer Maintenance for Line Items 1002AA through 1002AE, Line Item1002AA, 3 Each, CHVE 1280, Line Item 1002AB, 2 Each CHVE 400/410, Line Item 1002AC, 5 Each, Screw Water Cooled Type, Line Item 1002AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 1002AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 1003, Emergency Repair Assessment, 4 Each, Line Item 1004 Time and Materials To be Requested as Needed by the Government Line Items 1004AA and 1004AB, Line Item 1004AA, Labor Man Hours, 100 Each estimated; Line Item 1004AB, Materials To be Paid In Accordance with Contract Clause 52.212-4, Alt 1, 1 Lump Sum estimated $6300.00. Line Item 1005, Contractor Manpower Reporting, 1 Lump Sum Second Option Period, Line Item 2001 Winter Maintenance for Line Items 2001AA through 2001AE, Line Item 2001AA, 3 Each, CHVE 1280, Line Item 2001AB, 2 Each CHVE 400/410, Line Item 2001AC, 5 Each, Screw Water Cooled Type, Line Item 2001AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 2001AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 2002 Summer Maintenance for Line Items 2002AA through 0002AE, Line Item 2002AA, 3 Each, CHVE 1280, Line Item 2002AB, 2 Each CHVE 400/410, Line Item 2002AC, 5 Each, Screw Water Cooled Type, Line Item 0002AD, 6 Each, Air Cooled Greater than 100 Tons, Line Item 2002AE, 7 Each, Air Cooled 100 Tons and Less, Line Item 0003, Emergency Repair Assessment, 4 Each, Line Item 2004 Time and Materials To be Requested as Needed by the Government Line Items 2004AA and 2004AB, Line Item 2004AA, Labor Man Hours, 100 Each estimated; Line Item 2004AB, Materials To be Paid In Accordance with Contract Clause 52.212-4, Alt 1, 1 Lump Sum estimated $6515.00. Line Item 2005, Contractor Manpower Reporting, 1 Lump Sum. See Bid Schedule at https://doc.campbell.army.mil. Offers are due not later than 20 November 2009: 2:00 PM CST. All responsible concerns may submit a bid that will be considered by this agency. A Base Year and Two 2 Option Periods are contemplated. The complete Statement of Work and associated documents can be downloaded at https://doc.campbell.army.mil under subject Solicitation number. Wage Decision is applicable to this solicitation and resulting contract. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors Commercial Jan 2005; 52.214-10, Contract Award Sealed Bidding Jul 1990, 52.212-4, Contract Terms and Conditions Commercial Items Feb 2007; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Jun 2007, the following apply under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government Sep 2006; 52.219-8, Utilization of Small Business Concerns May 2004; 52.219-14, Limitations on Subcontracting Dec 1996; 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Setaside Jan 1999; 52.219-28, Post Award Small Business Program Representation June 2007; 52.222-3, Convict Labor Jun 2003; 52.222-21, Prohibition of Segregated Facilities Feb 1999; 52.222-26, Equal Opportunity Mar 2007; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2006; 52.222-36, Affirmative Action for Workers with Disabilities Jun 1998; 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Verterans Sep 2006; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees Dec 2004; 52.222-41, Service Contract Act of 1965 July 2005; 52.222-42, Statement of Equivalent Rates for Federal Hires May 1989 with fill-in as Maintenance Machinist Non-Supervisory, WG-10, $22.69 and Maintenance Machinist Supervisory $30.67 plus fringe benefits; 52.222.43, Fair Labor Standards Act and Service Contract Act Price Adjustment Multiple Year and Option Contracts Nov 2006; 52.222-50, Combat in Trafficking in Persons August 2007; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases Feb. 2006; 52.228-5, InsuranceWork on a Government Installation Jan 1997 see following Schedule of Insurance following this synopsis; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration Oct. 2003; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Apr 2007, the following apply under this clause: 52.203-3, Gratuities Apr 1984; 252.225-7001, Buy American Act and Balance of Payments Program Jun 2005; 252.225-7012, Preference for Certain Domestic Commodities Jan 2007; 252.232-7003, Electronic Submission of Payment Requests Mar 2007; 252.243-7002, Request for Equitable Adjustment Mar 1998; 252.247-7023, Transportation of Supplies by Sea May 2002; 252.247-7024, Notification of Transportation of Supplies by Sea Mar 2000. Other applicable contracts are incorporated as an addendum: 52.217-8, Option to Extend Services Nov 1999, fill-ins are 6 months and 30 calendar days; 52.217-9, Option to Extend the Term of the Contract Mar 2000, fill-ins are 30 calendar days, 60 calendar days, and Three 3 years; 52,216-18, Ordering Oct 1995 with the following fill-in: Exact 12 Month Period of Performance will be stated at Contract Award. 52.216-19, Order Limitation Oct 1995 This clause applies to all line items 0003 and 0004 and its subclins. Paragraph a: Minimum order is $500.00; Paragraph b1: Maximum Order for a single item is $2000.00; Paragraph b2: Maximum Order for a combination of orders is $6000.00; Paragraph b 3: A series of orders from the same ordering office within ten 10 days; Paragraph d: The contractor shall honor any order exceeding the maximum order limitation unless returned to the ordering office within 5 days after issuance. 52.216-21, Requirements Oct 1995, Alt I This clause applies to Line Items 0003 and 0004 fill-in is as follow: Paragraph f Three 3 Years. 52.232-19, Availability of Funds for the Next Fiscal Year Apr 1984, fill-ins are 30 September 2010; A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items Nov 2006 and 252.212-7000, Offeror Representation and Certification Commercial Items Jun 2005 shall be submitted with the quotation; Access the Directorate of Contracting website at https://doc.campbell.army.mil/ to review the Statement of Work SOW. One award will be made to the offeror who is found to be the lowest priced responsible & responsive bidder who submits the lowest overall price for the base and all option periods. Facsimile bids ARE NOT acceptable; mailing address is Directorate of Contracting, 13 Street, Building 2176, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Department of Defense Contractor Registration CCR database prior to any contract award. Any questions concerning this acquisition can be directed to Angela Jacobs 270 798-0380; angela.jacobs@us.army.mil or Gertrude A. Colbert 270 798-7566; colbert.gertrude@us.army.mil SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmens Compensation and Employers Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective 1 for such period as the laws of the State in which this contract is to be performed or prescribed 2 until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled Insurance - Work on a Government Installation FAR 52.228-5, in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower including subcontractors manpower required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours including subcontractor; f. Estimated direct labor dollars paid this reporting period including subcontractors; g. Total payments including subcontractors; h. Predominant Federal Service Code FSC reflecting services provided by Contractor and separate predominant FSC for each subcontractor if different; i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code UIC for the Army Requiring Activity the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information; k. Locations where Contractor and subcontractors perform the work specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period by country. As part of its submission, the Contractor will also provide the estimated total cost if any incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a2b550ba9c45c734a0d82dcd949685c)
- Place of Performance
- Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 1/2 & Indiana Street Fort Campbell KY
- Zip Code: 42223-5355
- Zip Code: 42223-5355
- Record
- SN01996639-W 20091104/091102235416-1a2b550ba9c45c734a0d82dcd949685c (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 |