MODIFICATION
J -- FEMA PAO- AIR CONDITIONING MAINTENANCE SERVICES
- Notice Date
- 5/26/2010
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052
- ZIP Code
- 94607-4052
- Solicitation Number
- HSFE09-10-R-0004
- Archive Date
- 6/15/2010
- Point of Contact
- Ameka Ali, Phone: 510-627-7128
- E-Mail Address
-
Ameka.Ali@dhs.gov
(Ameka.Ali@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contracting Office Address Department of Homeland Security, Federal Emergency Management Agency, 1111 Broadway, Suite 1200, Oakland, CALIFORNIA, 94607-4052, UNITED STATES Description The Department of Homeland Security/Federal Emergency Management Agency Region IX is seeking to purchase Air Conditioning Maintenance Services for the Pacific Area Office (Ft. Shafter, HI)*** ***All interested Contractors shall provide a proposal for the following: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7M.*** CLIN0001: Quantity Twelve (12) Months of Air Conditioning Maintenance Services: General Work Description Provide monthly maintenance service to all air conditioning units and associated components. General work includes but not limited to inspecting a/c units for leaks; check for clogged condenser coil; tighten/adjust belts; check contactors and tighten electrical connections' lubricate all motors, oil/grease bearings; replace all filters as necessary, check and service fresh air in-take/out-take components and replace filters as necessary, check and service all outdoor compressors, clean drain/drip pans; check control operations; clean/disinfect equipment; check temperatures; troubleshoot units as necessary and provide estimate; and supply written report of monthly maintenance activity. Frequency of Services: Once a month Period of Performance June 1 2010- May 31 2011 Types (and Number) of Units: Mitsubishi FCU (3) - Model Number PUY-A36NHA Mitsubishi (12) - Model Number MXZ-3A30NA-1 Mitsubishi (1) - Model Number MXZ-2A20NA Hampton Bay Window (1) - Model Number H8T120A Before award of the purchase order, vendor must register with the Central Contractors Registration (CCR) and Online Representations and Certifications Application (ORCA) as required by Federal Law. LINKS http://www.ccr.gov/ https://orca.bpn.gov/ Delivery shall be provided no later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: Delivery shall be provided no later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver CLINS 0001 to FEMA Region IX, Pacific Area Office (PAO) Attn: Leslie Mariano, 546 Bonney Loop, Bldg. 520, Ft. Shafter, HI 96858-5000. Award shall be made to the quote offering the best value to the Government, technical capability & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Price. Technical capability and past performance shall be of equal importance to price. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a.(5) 52.219-6 Notice of Small Business Set-Aside; b.(14) 52.222-3, Convict Labor; c.(15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; d.(16) 52.222-21, Prohibition of Segregated Facilities; e.(17) 52.222-26, Equal Opportunity; f.(19) 52.222-36, Affirmative Action for Workers with Disabilities; g.(24) 52.225-1, Buy American Act- Supplies; h.(26) 52.225-13 Restriction on Certain Foreign Purchases, and i.(31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. ***All quoters shall submit the following: 1) one (1) copy of a quotation which addresses CLIN 0001 ***All quotes shall be sent to Ameka.Ali@dhs.gov *** The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 4:00 p.m. PST on May 31, 2010 at Ameka.Ali@dhs.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Ameka Ali) @ Ameka.Ali@dhs.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. *** *** The Government intends to award a Firm Fixed Price contract as a result of this Combined Synopsis/Solicitation***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE09-10-R-0004/listing.html)
- Place of Performance
- Address: Federal Emergency Management Agency, Pacific Area Office Region IX, 546 Bonney Loop, Bldg 520, Ft. Shafter, HI 96858-5000, Ft. Shafter, Hawaii, 96858-5000, United States
- Zip Code: 96858-5000
- Zip Code: 96858-5000
- Record
- SN02161509-W 20100528/100526235733-2e19d84ccb0b41569e58c481b3cda000 (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 |