SOURCES SOUGHT
Z -- Maintenance of Heating, Ventiilation and Air Conditioning and Plumbing Systems DSCC Wide
- Notice Date
- 11/13/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SP4702-15-R-0006
- Point of Contact
- Barbara Ann Bocsy, Phone: 6146923650
- E-Mail Address
-
barbara.bocsy@dla.mil
(barbara.bocsy@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only. It is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. This sources sought request may be used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to pay for the information solicited. The Government will not pay for any material provided in response to this sources sought announcement nor return the data provided. The Government will only utilize the information you provide in developing its acquisition approach for future requirements. Firms responding to this sources sought announcement who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. The Defense Logistics Agency Contracting Services Office - Columbus (DCSO-C), located at the Defense Supply Center Columbus (DSCC) in Columbus Ohio intends to procure Maintenance of Heating, Ventilation and Air Conditioning Systems and Plumbing Systems DSCC Wide services using either 100% Small Business Set Aside procedures in accordance with FAR Part 19 or under full and open competitive measures. If at least two small business concerns are determined by the Government to be capable of performing the required based on evaluation of the capability packages submitted, the requirement will be solicited as a 100% small business set aside. If capability packages are not received from at least two responsible small business concerns as cited above in accordance with FAR Part 19 by the response date or the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based on an evaluation of the capability packages submitted, this requirement will be solicited under full and open competition procedures. Capability packages are requested to be submitted by small businesses only. Interested small business concerns that are qualified under NAICS 238220 with a size standard of $15,000,000.00 are encouraged to submit a capability package. The capability packages for the sources sought shall not be proposals, but rather statements outlining the company's existing experience to demonstrate capabilities for this requirement. Please reference the solicitation number SP470215R0006 in all correspondence pertaining to this project. All capability statements should: Not exceed and will be restricted to twenty (20) pages. Shall be electronically submitted to the email address or fax number provided below. Shall include : (a) a positive statement of your intent to submit an order for this solicitation, (b) a statement identifying your certified small business designation, (c) past performance information providing evidence of experience in work similar in type and scope to include contract numbers, length of contract, project titles, dollar amounts, points of contact and telephone numbers, (d) identification of certificates and licenses that your skilled labor workforce possesses to perform these services (e) identification of management capabilities, management controls and procedures which ensure successful performance, (f) your company name, point of contact, address, phone number, e-mail address and business size under NAICS 238220 and (g) number of years of experience performing similar type and scope of work. The DLA Contracting Services Office - Columbus intends to consider all comments and the responsive qualification packages when developing a final acquisition strategy and resulting solicitation. The synopsis, solicitation, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted at http://fbo.gov. All interested parties should check this site frequently. All work described in the technical requirement described below will be awarded under one contract and proposals will require contractor to submit pricing on all requirements of the technical provisions. Any contract resulting from responses generated from the solicitation of this requirement will contain FAR 52.219-14 -- Limitations on Subcontracting. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A firm fixed priced contract is anticipated for this requirement. The anticipated period of performance will be one base year plus four (4) one year option periods. The place of performance will be the Defense Supply Center Columbus. Contractor personnel will not require a secret clearance but will be required to undergo a background check for center access purposes. Please submit all capability statements by 4:00 PM EST on 24 November, 2014 by email to barbara.bocsy@dla.mil or by fax to (614) 692-6256. General Description of Work The contractor shall provide all labor, materials, tools, equipment, transportation, replacement parts, supplies, supervision, etc., necessary to operate, service, perform preventative maintenance and repair heating, ventilating and air conditioning systems located in various buildings at the Defense Supply Center Columbus (DSCC). DSCC is a 530 acre site. Buildings to be serviced include Buildings 2, 4, 9, 10, 11, 14, 15, 17, 18, 19, 20, 20A, 22, 25, 27, 30, 31, 43, 44, 45, 45A, 46, 47, 49, 50, 52, 54, 58, 61, 64, 65, 66, 70, 71, 72, 73, 74, 92, 201, 301, 302, 306, 308, 314, 330, and 507. Building 20 is a seven story 700,000 square feet office building. Buildings 2, 43 and 306 are two story structures. All other buildings are single story. DESCRIPTION OF WORK: Preventative Maintenance Requirements: The contractor shall perform all preventative maintenance as detailed in the most recent edition of the General Services Administration (GSA) Preventative Maintenance Checklist in conjunction with the manufacturer recommended preventative maintenance as provided in the manufacturer's operation and maintenance manuals. The contractor shall maintain a complete library of all documents pertaining to the preventative maintenance of the equipment located on Center at all times and have it available for Government review. The contractor shall be responsible for obtaining a copy of the GSA Checklist and the equipment manufacturer's operation and maintenance manuals. The contractor will be responsible for maintaining all of the Center's equipment accordingly where preventative maintenance is referenced. General HVAC Services: The contractor shall provide all annual, semiannual, quarterly, monthly, weekly, daily, etc. service necessary to operate, inspect, calibrate, test and perform preventative maintenance on each piece of equipment and equipment system included in the contract. General Plumbing Services : The contractor shall provide all annual, semiannual, quarterly, monthly weekly, daily, etc. service necessary to operate, inspect, calibrate, test and perform preventative maintenance on the following plumbing equipment and systems included in the contract. Buildings 20 and 20A: Fifty-four (54) restroom plumbing systems containing 204 toilets, 56 urinals and 215 sinks; 30 break room sinks; 48 drinking fountains; two eyewash stations; potable water booster pumps and building sump pumps. Furnish and replace batteries in automatic faucets as required (four size C batteries per faucet, approximately 215 faucets). Adjust mixing valves on faucets as required. Furnish and install toilet, urinal and sink washers, fittings, rebuild kits, etc., as necessary to stop leaks and regulate proper flow. Respond to natural gas leaks and/or odors. The contractor will respond to service requests for leaking fixtures, clogged toilets, clogged drains, clogged piping, etc., as required. The contractor is responsible for seventy-five (75) domestic water backflow preventers located in various buildings around the Center to include annual testing and inspections. The contractor shall obtain and submit annually all required documentation requested by the City of Columbus Sewer & Drains Division for testing and inspections. Any required corrections to the documentation submitted will be completed within 30 days of testing date. Fines levied due to the fault of the contractor, by the City of Columbus, for failure to comply with the requirements for backflow preventer testing and inspection will be paid by the Contractor at no additional cost to the Government. A complete list of backflow preventers is shown in Technical Exhibit C. Nine sewage lift stations located along "A" Street, the corner of Foyle and Roosevelt Avenues, Building 10 Dock, Eastside of Building 308, Mason Run, Building 11, Section 12, outside Building 64, and two in the basement of Building 20. Service Calls: The contractor shall respond to service calls as required. During normal duty hours the contractor shall respond to a service call within one hour of notification by the Government. Service call work includes but is not limited to monitoring space temperatures, adjusting thermostats and air flows, start/stopping equipment, addressing leaks and clogs, etc. Service calls shall be performed Monday through Friday from 0600 to 1600 hours, and from 0630 to 1200 hours Saturday. Service calls will be directed to the contractor via telephone, written correspondence, walkup, or other electronic means. Service calls not requiring a Level 2 service shall be resolved within four hours. If the contractor is unable to resolve the service call within four hours, the contractor shall provide a schedule detailing when the service call will be resolved. The number of service calls expected for a one year period will be approximately 1,250. The contractor will be reimbursed for these services at a monthly fixed rate. Emergency Service: The contractor shall furnish emergency service as required. During normal duty hours the contractor shall respond to an emergency service request in fifteen (15) minutes. During non-normal duty hours the contractor shall respond to an emergency service request within one (1) hour. Under emergency conditions the contractor shall work continuously to restore service. If a major problem is detected the contractor shall work continuously unit the equipment is repaired, stabilized or the contractor is released by the Government representative. The contractor shall provide emergency response service 24 hours per day, 365 days per year. Non-normal duty hour emergency service calls average approximately one per month. Unless the cause of the emergency service call was Contractor negligence, the contractor will be reimbursed for these services at a monthly fixed rate. Scheduled Preventative Maintenance: Scheduled preventative maintenance/service shall be completed within the following time allowance. Annual service shall be completed within 60 calendar days of the scheduled performance date(s) Semiannual service shall be completed within 30 calendar days of the scheduled performance date(s). Quarterly service shall be completed within 14 calendar days of the scheduled performance dates(s). Monthly service shall be completed within 7 calendar days of the scheduled performance date(s). Weekly service shall be completed within two calendar days of the scheduled performance date(s). Miscellaneous Service Requirements: Service Sewage Lift Stations: Service and perform preventative maintenance on sewage lift stations located along "A" Street, the corner of Foyle and Roosevelt Avenues, Building 10 Dock, Eastside of Building 308, Mason Run, Building 11, Section 12, outside Building 64, and two in the basement of Building 20. Service and perform preventative maintenance on the generator at the "A" Street and Roosevelt lift stations. Weekly test run generators. Weekly confirm operation of pumps, floats and controls. Weekly test and confirm operation of high water level emergency lights and alarms. Coordinate all testing of the high water level emergency lights and alarms with DSCC's Emergency Services Control Center. Lift station basket cleaning will be performed at regular intervals as will be discussed in paragraph 4.4 Preventative Maintenance Plan. Report results electronically and in print to all Government Representatives as requested. Service, perform preventative maintenance, and test run three emergency generators at Buildings 20/20A. Report results electronically and in print to all Government Representatives as requested. Perform annual vibration analysis on the three chillers in Building 20A. Perform work according to the equipment manufacturer's requirements. Perform work according to the equipment manufacturer's requirements. Report results electronically and in print to all Government Representatives as requested. Quarterly at approximately three month intervals clean and flush the entire sewer line system serving Building 20 kitchen/cafeteria. Clean/flush lines to first exterior manhole. Catch and dispose of off Center all collected debris. There are approximately 150 feet of six inch pipe and 450 feet of four inch piping. Report results electronically and in print to all Government Representatives as requested. Twice annually at approximately six month intervals clean and flush sewer line systems serving the four sets of Building 20 break rooms. Clean/flush all interior piping serving the break rooms. The systems contain approximately 450 feet of two inch pipe and approximately 100 feet of three and four inch pipe. Report results electronically and in print to all Government Representatives as requested. Twice annually at approximately six month intervals, clean and disinfect 50 ice machines in various building locations. Change water supply filters per manufacturer's recommendation. Maintain documentation of each cleaning. Report results electronically and in print to all Government Representatives as requested. The Building 20/20A interior and exterior lighting and parking area lighting are controlled via the buildings energy management control system. The contractor must adjust lighting schedules as directed by the Government (approximately twice per year). Report results electronically and in print to all Government Representatives as requested. Equipment Logs: The contractor shall develop and maintain equipment logs on each major item of equipment serviced under this contract. The contractor shall maintain service, preventative maintenance, and repair records for each equipment item on Center at the applicable equipment location. Approval by the Government representative is required for standard reporting document content. An alternate maintenance management system may be used by the contractor if approved in advance by the Government representative. Daily Activity Logs: The contractor shall develop and submit a detailed daily activity report Monday through Friday (except for Government holidays). The report shall include all work performed both scheduled and unscheduled, equipment serviced/repaired by building and location, air filters changed, service orders addressed, etc. A copy of the daily activity report shall be provided to the designated Government representative electronically by 0900 hours of the following work day. Approval by the Government representative is required for standard reporting document content. An alternate maintenance management system may be used by the contractor if approved in advance by the Government representative. The contractor shall schedule monthly meetings with the Government representative to review the daily activity logs for each month. The contractor shall staff the project site from 0600 to 1600 hours Monday through Friday, Federal holidays excluded, and Saturday from 0630 to 1200 hours. Non-Normal Duty Hours Work: Service or preventative maintenance work that would adversely affect Government activities (i.e. work in office areas, stoppage of equipment, work generating noise or odors, etc.) shall be performed during non-normal duty hours (i.e. evenings or weekends). This service work shall be performed at no additional cost to the Government. The amount of non-normal duty hour's service work is minimal. The contractor shall maintain all mechanical rooms, work areas and occupied office areas in a neat, clean condition. No material shall be stored in mechanical rooms. Level 2 Service: Equipment replacement, equipment repair, or system and equipment modification are not included as part of the basic maintenance requirements. Should it be necessary to repair, replace or modify a chiller, AHU, condenser, compressor, fan, fan motor, pump, pump motor, cooling/heating coils, valves, control devices, ductwork, piping or similar HVAC or plumbing equipment, pre-established pricing will be utilized to accomplish the task. The contractor may also be requested to rent and operate temporary HVAC and plumbing equipment. Prior to performing the task, the Government and the contractor will have agreed upon the number of man-hours and the cost of the equipment and materials necessary to complete the service. The contractor hourly labor rate for Level 2 Services shall include all costs such as tools, equipment, transportation, supervision, overhead, profit, etc. No Level 2 Services will be performed unless directed by the Government representative. The Government may elect to provide materials or perform the equipment repair and/or replacement. The Government may also direct the contractor to install new equipment to supplement an existing HVAC or plumbing system. Additionally, the contractor may be directed to perform work in a building or on a piece of equipment not specified in the contract. The contractor will be reimbursed an agreed upon cost for this additional work. A service ticket, completed by the technician, with all pertinent details related to the Level 2 Service will be generated for each individual Level 2 Service completed. Approval by the Government representative is required for standard service reporting document content. An alternate maintenance management system may be used by the contractor if approved in advance by the Government representative. The contractor shall document, propose solutions, and track conditions for any equipment found to be having excessive failures or repeated unscheduled repairs. The Government representative shall be notified immediately of any such conditions and the status recapped during monthly meetings. When equipment failure is the result of the contractor's negligence, including improper or insufficient preventative maintenance, the equipment shall be repaired or replaced by the contractor at no additional cost to the Government. Subcontracted Level 2 Services shall require a multiple bid process. Subcontracted services will be evaluated on cost and the provided schedule for performance of services based on the required repairs. All costs associated with discovery, investigation, and proposal development for a Level 2 Service are not reimbursable. Compressor Teardown and Inspection: A compressor teardown inspection of one of the three chillers in Building 20A may be performed once during each contract year. The teardown inspections shall be performed according to the chiller manufacturer's recommendations. During the teardown, perform an eddy current analysis of the condenser tubes in all three chillers. At the completion of work, provide the Government with a written report of all inspection results along with conclusions, recommendations and corresponding pricing for any required repairs. No work shall be performed unless specifically directed by the Contracting Officer. The contractor will be reimbursed only for the annual inspections performed. The compressor teardown inspections shall be performed during the months of December through March and shall be coordinated with the Government. Condition of Equipment: All equipment to be serviced and maintained under this contract is believed to be in satisfactory operating condition. After award of the contract, it is the contractor's responsibility to confirm the condition of the equipment. Confirmation shall take place within 30 days after contract award, and the contractor shall notify the Government in writing if any equipment is not in satisfactory operating condition. Should the Government agree that certain equipment is not in satisfactory operating condition, either the Government will perform the necessary repairs to bring the equipment to a satisfactory operating condition, or a one-time equitable adjustment will be made in the contract price to have the contractor perform the necessary repairs. Equipment requiring filter changes, minor mechanical adjustments, lubrication, refrigerant top off, cleanings, etc. is deemed to in satisfactory operating condition. PREVENTATIVE MAINTENANCE PLAN: Within 30 days of the contract award the contractor shall submit for approval a detailed preventative maintenance plan describing all work and frequency of work to be performed on equipment serviced under this contract. The preventative maintenance plan shall be in accordance with the General Services Administration (GSA) Preventative Maintenance Checklist in conjunction with the manufacturer recommended preventative maintenance as provided in the manufacturer's operation and maintenance manuals. The contractor shall maintain preventative maintenance records, electronic and printed copies, on all equipment serviced under this contract. As a minimum, the records shall include dates, technician information, equipment information, preventative maintenance performed, parts replaced and all repairs completed along with scheduled and accomplishment dates. Approval by the Government representative is required for standard preventative maintenance records document content. An alternate maintenance management system may be used by the contractor if approved in advance by the Government representative. Maximum service life intervals for regular service items and commonly replaced parts shall be established as part of the Preventative Maintenance Plan. Lift station basket cleaning, pit cleaning, odor suppressor service, filter replacement, belt replacement, condenser wash down, etc. shall be placed in the Preventative Maintenance Plan schedule. No interval shall exceed a one year service or replacement date. Lift station basket cleaning shall not exceed a three week interval. Special consideration will be given to environments (i.e. daycares, server rooms, sleeping quarters, etc.) that may require a higher frequency of preventative maintenance. QUALITY CONTROL AND ASSURANCE: The contractor shall submit a quality control plan in sufficient detail to insure all work performed is completed in accordance with the contract requirements. The contractor shall submit the quality control plan for approval within 15 days of contract award. The contractor shall update and modify the plan as required to address contract changes and job site concerns. The Government will inspect the contractor's performance according to the quality assurance plan provided. Should the Government determine that any aspect of the contractor's work is unsatisfactory, the Government may elect to either require the contractor to perform or redo the work at no additional cost, or deduct funds from the contract that are commensurate with the amount of unsatisfactory or non-completed work. ACCEPTABLE PERFORMANCE: The contractor shall satisfy a minimally acceptable performance level. On a monthly basis, if the contractor fails to perform more than five regularly scheduled preventative maintenance service requirements, his performance will considered unsatisfactory and the Government may take appropriate action. ENVIRONMENTAL, SAFETY, AND OCCUPATIONAL HEALTH OFFICE: The contractor shall participate in all requested reporting, auditing, and environmental/safety compliance programs issued from this office. In coordination with the requests from this office, the contractor shall submit a plan, including all reports and activities, to the Government representative within 15 days of contract award. All reports and documentation to be used in the contractor provided plan shall be approved. The contractor shall update and modify the plan as required to address contract changes and job site concerns. KEY CONTROL: The contractor will be issued keys in adequate numbers to allow employees access to all controlled areas where work is to be performed. Government furnished keys shall not leave the Center. Keys to sensitive areas must be controlled by means of a lock box. At the completion of the contract the contractor must return all keys to the Government. ENERGY CONSERVATION: The contractor shall comply with energy conservation practices and shall be responsible for conserving energy to the maximum extent possible. The contractor will be required to adjust thermostats seasonally to reduce energy usage. The contractor shall operate all equipment and systems in an energy efficient manner and in accordance with each manufacturer's recommendations. WARRANTIES: All new equipment installed under this contract shall be warranted by the contractor for materials and labor for a period of one year. The contractor shall also provide any additional warranty normally provided by the equipment manufacturer. Warranty periods commence upon acceptance of the work by the Government. GOVERNMENT FURNISHED EQUIPMENT/SPACE: The contractor will be provided with office space, furniture, phone and a Government furnished computer. Parking for four contractor service vehicles will be provided adjacent to the designated office space.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-15-R-0006/listing.html)
- Place of Performance
- Address: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, Ohio, 43213, United States
- Zip Code: 43213
- Zip Code: 43213
- Record
- SN03572749-W 20141115/141113234800-b553ac45bf8a22b26da9beaeaeef5ef9 (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 |