Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

R -- HVAC Services for Many Farms Community School

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS00237
 
Response Due
12/15/2011
 
Archive Date
12/13/2012
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs (BIA) is soliciting offers to procure for HVAC services to remove and install three Air Conditioning Units at Many Farms Community School (aka: Chinle Boarding School) in Many Farms, Arizona.. 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. Attached the SF 1449. Solicitation No. A12PS00237, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The solicitation is set aside for small business. NAICS Code: 238220, Size standards in millions of dollars $14.0. Period of Performance will be 60 calendar days from issuance of the notice to proceed. Statement of Work 1.INTRODUCTIONThe mission of the Bureau of Indian Affairs (BIA) is to enhance the quality of life, to promote economic opportunity, and to carry out the responsibility to protect and improve the trust assets of American Indians, Indian tribes and Alaska Natives. This Statement of Work will accomplish this through the delivery of quality services, maintaining government-to-government relationships within the spirit of Indian self-determination. 1.1.BACKGROUND INFORMATIONThe BIE, Arizona Navajo Central primarily serves K-12 Navajo students in the States of New Mexico, Utah and Arizona. Arizona Navajo Cenral Agency Office is located in the Chinle, Arizona and Many Farms Community School, Inc. is one of school that Arizona Navajo Central provides facility management technical services. This project will replace three 7.5 HVAC at the school. 1.2.ACQUISITION OBJECTIVEThe BIA, Navajo Region, Many Farms Community School, Inc. has a requirement for three HVAC replacement Services for the BIA Central Navajo Agency in Many Farms, AZ, with deliverables as described in this document. The contract resulting from this solicitation shall be considered a "SERVICE" contract, as defined in Federal Acquisition Regulation (FAR) Part 37, under which the contractor is considered to be an independent contractor. 2.SCOPE-OF-WORKThe scope of this contract is to detail the work requirements for project that have deliverables and/or services to be performed. The Contractor shall perform the tasks listed as required and shall work diligently without stringent supervisory coverage and continual monitoring of work performance. 2.1.SPECIFIC DUTIESThe contractor shall furnish all necessary personnel, materials, resources, equipment, services and facilities (except as otherwise specified), as may be needed for performance. 1.The contractor shall provide and furnish all labor, material, testing equipment, insurances, transportation, travel and lodging, and other services necessary to replace three rooftop HVAC units at Many Farms Community School building number 1000. 2.Contractor HVAC replacement must meet all local code requirements. 3.Remove existing three HVAC units by disconnecting of electrical power, gas piping, ducting, curbs, and control wiring. 4.Removal and disposal of 3 existing units. Disposal of HVAC must be in EPA compliance. 5.Contractor to provide crane to lift old and new units from rooftop. 6.New units must be 7.5 ton gas/electric rooftop units, 1 stage cooling and 150MBTUH input 2 stage natural gas heat, 208/230 volt, 3 phase. HVAC must have high/low pressure safety switches, time delay compressor relay controls and compressor crank-case heater to protect equipment. Elevation is 5500 feet above sea level. Existing thermostats will be re-used. 7.Fabricate roof curb adapters, duct to existing ducting within existing roof curbs. Location of HVAC must not leak from water. Existing duct reused inside building. 8.Existing gas piping connections will be re-used and re-connected. Replace flexible connectors and gas shut-ff. 9.Existing electrical power and control wiring will be re-used and re-connected. 10.System start-ups, testing, basic training and one year parts and labor warrantee. 2.2.DESCRIPTION OF TASKS 2.2.1.Planning Develop schedule of equipment installation. 2.2.2.DesignDesign duct, curbs and equipment needed to complete replacement. 2.2.3.Build and Enhance Provide guidance to the maintenance worker on the operation and troubleshooting of the HVAC unites 2.2.4.TestCoordinate and participate in the testing and quality control. 3.PERFORMANCE LOCATIONFulfilling the contract with the Government will take place at the following work site location(s): Bureau of Indian AffairsMany Farms Community School, Inc.Building 1000Many Farms, AZ 86538 Work Schedule / Hours of Operation: Work shifts will be eight (8) hours in length and shall be worked between the hours of 8:00 am and 5:00 pm. Contractors are required to work a 40-hour work week; however work shifts shall be established at the time of award and may be adjusted when mutually agreed upon. Contractors are permitted to work beyond their normal eight (8) hour workday in order to make up any unscheduled leave, excused absences and Federal Holidays, as long as it is done within the same pay period and there is adequate supervisor coverage. The Contractor will be authorized to work beyond their normal tour of duty/core hours. The contractor will need to seek prior authorization from the COTR prior to working over and above their normal tour of duty. Once authorization is granted, the contractor will be paid 1 ? times their base pay. 5.ACCREDITATION AND CERTIFICATION STANDARDSContractor shall be CERTIFIED and performance shall be consistent with the standards of service identified in the following:Occupational Safety & Health Administration (OSHA)State Department of Environmental Quality (DEQ) 6.SOURCE SELECTION AND EVALUATION CRITERIAAward of this contract will be made based upon price and price related factors, representing the best value to the Government and whose response complies with the requirements in fulfilling the Government's need. Factors upon which potential contractor's will be evaluated include:Lowest Technical Price Acceptable (LPTA)1.Technical Cabilities2.PriceScoring System for each offeror / quote will be based upon an adjectival scoring system based upon a rating system of Outstanding; Excellent; Good; Fair; Poor and Unsatisfactory. 7.DELIVERABLESThe Contractor shall submit the following deliverables at end of project. All deliverables, bill of lading, shipment receipt or documentation of receipt of delivery shall be submitted to the COTR or to the Designated Agency Representative in the field. 7.1.Progress Reports: These will be written reports to the project manager outlining accomplishments, problems encountered, and correction if needed. 8.MILESTONEInstallation and testing completed within timeline of contract time. 9.PERFORMANCE MANAGEMENTGeneral quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Consistency to Requirements: All work products must satisfy the requirements of this statement of work. Timeliness: Work products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the government. Quality Control: As part of the Quality Control and monitoring of the contract, the contractor will be evaluated upon completion of the requirement. The review will be based upon the review criteria as contained in this Statement of Work. Complaints and Remedies: Complaints from Government personnel or from the general public relating to the quality of services provided by the contractor or the contractor's employees, shall be answered and handled by the contractor and any necessary corrective action measures will be taken. Unanticipated Delays: When weather, road conditions or other unforeseen and unanticipated delays prevent the contractor from fulfilling their duties, it shall be the responsibility of the contractor and their personnel to immediately notify the COTR of the delay and the efforts that will be taken to remedy the situation. 10.ADMINISTRATIVE CONSIDERATIONS 10.1.CORRESPONDENCETo promote timely and effective administration, correspondence shall be subject to the following procedures. Technical correspondence where technical issues relate to compliance with the requirements herein shall be addressed to the COTR with an information copy to the Contracting Officer (CO). All other correspondence, including invoices, that which proposes or otherwise involves waivers, deviations, or modifications to the requirements, terms, or conditions of this SOW; shall be addressed to the CO with an information copy to the COTR. 10.2.NON-PAYMENT FOR UNAUTHORIZED WORKNo payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed CO. Only a duly appointed CO is authorized to change the specifications, terms, and conditions under this effort. 10.3.GOVERNMENT FURNISHED INFORMATION, EQUIPMENT, PROPERTY AND SERVICES:Government furnished equipment, materials or supplies will not be provided. 10.4.CONTRACTOR FURNISHED EQUIPMENT, SUPPLIES, PROPERTY, FACILITIES AND SERVICESThe Government does not anticipate a need for contractor furnished equipment. 10.5.PROJECT MANAGEMENTThe Government is responsible for supervision, monitoring and ensuring that the contractor is performing services and meeting the deliverables in accordance with the SOW. Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. Only the CO, through written or verbal authorization, may authorize a Contractor to perform additional work or make changes to a contract. The contractor shall not indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. 10.6.PROFESSIONALISMContractor Personnel shall have a courteous and professional appearance consummate with carrying out the required duty assignment and should be easily recognized and identified as contractor employees. The contractor and the employees shall be responsible for fulfilling the requirement as outlined in the Scope of Work Specifications. The contractor is responsible and required to maintain any required licenses, certifications and credentials that maybe required for performance during the entire length of this contract. The contractor will be expected to have the necessary education, training, licensing, insurance, previous work experience, financial resources and level of competency in order to be able to provide the required services. 10.7.TRAININGThe Contractor shall provide operation of HVAC training. 10.8.MISCELLANEOUS CONSIDERATIONSA Government contract is not guaranteed to any one specific individual or business, nor does it belong to any specific individual or business. A contractor shall not be authorized to perform any services for the Government until the contractor has been granted the authority to do so in writing. Contractors are not permitted to supervise or have any form of supervisory control over a Federal employee hired through the Office of Human Resources. Monitoring, control and scheduling of contract employee work schedules is the department's responsibility. Contractors do not accrue annual or sick leave during the performance of their contract and will not be paid for any federally recognized holidays. Contractors do not accrue or receive any retirement benefits, social security withholdings, health insurance or life insurance benefits, deductions or any other form of benefit deduction withheld from their submitted invoice or pay request. THE FEDERAL GOVERNMENT DOES NOT WITHHOLD ANY LOCAL, STATE OR FEDERAL TAXES UNDER A SERVICE CONTRACT. THEREFORE IT IS THE CONTRACTORS SOLE-RESPONSIBILITY TO PAY THEIR OWN LOCAL, STATE, FEDERAL TAXES AND ANY OTHER PUBLIC OR PRIVATE OBLIGATIONS THEY MAY HAVE. THE FEDERAL GOVERNMENT IS NOT RESPONSIBLE FOR ANY OF THE CONTRACTORS PERSONAL FINANCIAL DEBTS OR COMMITMENTS. FAR 52.229-03 FEDERAL, STATE AND LOCAL TAXES (JAN 1991) AND FAR 52.229-04 FEDERAL, STATE AND LOCAL TAXES (NON-COMPETITIVE) (JAN 1991). 11.TRAVELTravel is part of quote to complete project. 12.CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR)Name, Title Roland Woody, Maintenance Supervisor_BIA Many Fams High SchoolAddress P.O. BoxMany Farms, AZ 86538Phone: 928-781-6224 Fax: 928-781-4253 13.CONTRACTING OFFICERMary J Jim, Contracting OfficerBIA Office of Acquisition Management301 West Hill Avenue, Room 346Gallup, NM 87301Phone: (505) 863-8257 Fax: (505) 863-8382 14.INVOICING AND PAYMENT PROCEDURESAll invoices shall be paid in accordance with the FAR payment clauses. The contractor shall submit all original invoice(s) directly to the Designated Billing Office. In addition, one (1) courtesy copy shall be sent to the Contracting Officer and one (1) copy to the Receiving Agent. Designated Billing Office: The designated billing office also serves as the payment office and will be responsible for obtaining certification from the Receiving Agent that the payment has been approved (authorized) for payment by the Contracting Officer's Representative.BIA Navajo Region, Accounting DepartmentAttn: Payments301 West Hill AvenueGallup, NM 87301 All payments made under this contract will be made electronically thru ACH-Direct Deposit as indicated in the banking information contained in the Central Contractor Registration website. In accordance FAR 52.212-04 Contract Terms and Conditions Commercial Items and FAR 52.232-25 Prompt Payment Act, all payments shall be made electronically 30-days from the date the contractor's official and proper invoice is received in the BIA Accounting Office, Billings, MT. 15.CONTRACTOR INTERFACESThe Contractor and/or his subcontractors may be required as part of the performance of this effort to work with other Contractors working for the Government. Such other Contractors shall not direct this Contractor and/or their subcontractors in any manner. Also, this Contractor and/or their subcontractors shall not direct the work of other Contractors in any manner. 16.SUITABILITY DETERMINATIONSThe contractor shall be responsible for managing its workforce to ensure that sufficient employees who meet all employment suitability requirements are available to perform the duties required under the contract 16.1 OTHER SPECIFIC SECURITY REQUIREMENTThe Government does not anticipate a need for contractor to access any data. 17.OTHER SPECIAL REQUIREMENTS 17.1.PROTECTION OF PROPERTY AND MATERIALSThe Contractor shall be responsible for properly protecting all information used, gathered, or developed as a result of work. 17.2.DISCLOSURE OF INFORMATIONInformation made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. If public information is provided to the contractor for use in performance or administration of this effort, the contractor, except with the written permission of the Contracting Officer, may not use such information for any other purpose. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the contractor shall consult with the COTR regarding use of that information for other purposes. The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each offeror or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. 17.3.INFORMATION NON-DISCLOSUREUnder no circumstance is the contractor permitted to make use of Government computer systems, information, equipment, software, supplies, or accounts for purposes other than the performance of this contract. 17.4.LIMITED USE OF DATAContractor and/or Contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort. 17.5.PERSONNEL PERFORMANCE / REPLACEMENTThe Government does not anticipate a need for contractor personnel performance/replacement notices. 17.6.REMOVAL OF CONTRACT EMPLOYEESThe Government does not anticipate a need to get involved with contractor employee removal.17.7.LIABILITYThe Contractor shall be held liable for any and all damages resulting from any damages by its employees. Should the Contractor become aware of the need for additional safeguards, the Contractor must immediately notify the COTR. 17.8.DATA ENCRYPTIONThe Government does not anticipate a need for contractor encryption of data. 17.9.ASSURANCESThe Government does not anticipate a need for contractor securing data. 17.10.QUALITY ASSURANCESBoth parties (Government and Contractor) will sign a statement provided by the contractor indicating that both parties are in agreement that the tasks have been completed in accordance with this Statement of Work. The Government will not be liable for any additional work not identified by the contractor before the acceptance of this contract. All acceptances of work issues should be resolved with the Bureau point-of-contact. 17.11.USE OF GOVERNMENT COMPUTER SYSTEMSThe Government does not anticipate a need for contractor to use government computer. SERVICE ACT WAGES DO APPLY TO THIS CONTRACT DOL SERVICE WAGES: WD 05-2023 (REV.-15) PLEASE PROVIDE A BREAKDOWN OF TOTAL COSTS. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.222-03 Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act-Supplies; 52.232-29 Terms for Financing of Purchases of CI; 52.232-30, Installment payments for CI; 52.232-33, Payment for Electronic Funds Transfer; 52.232-36, Payment by Third Party; 52.239-1 Privacy or Security Safeguard; 52.233-3; 52.222-41, Service Contract Act 1965. FAR 52.232-18, Availability of Funds; 52.204-03, Taxpayer Identification; Notice of Total Small Business Set-Aside; and DIAR 1452.1452.226-70, Indian Preference. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. Provide DUNS# and Tax ID# along with a signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jim, P. O. Box 1060, Gallup, New Mexico 87305 by 10:00 a.m. (mountain time) on December 15, 2011. Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 will be accepted. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00237/listing.html)
 
Place of Performance
Address: Many Farms Community School (aka: Chinle Boarding School)
Zip Code: 865036003
 
Record
SN02639170-W 20111216/111214234420-1b041ad244da8748ddf3aaa47adb577e (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 |
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.