Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

44 -- Ductwork Cleaning and Maintenance - PDF of RFQ - Attachment A

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
16-233-SOL-00175
 
Archive Date
3/31/2016
 
Point of Contact
Zipora Chepkoit,
 
E-Mail Address
zipora.chepkoit@psc.hhs.gov
(zipora.chepkoit@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Description of Service and Floor Plan Solicitation (i) This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. (ii) The requisition number is PSC170192. The solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 (iv) The corresponding NAICS code is 333413 and the small business size standard is 500 Employees. (v) List of contract line item number(s) and items, quantities and units of measure - Reference Attachment A - Service Outline and Floor Plan (vi) Description of Requirement - The Department of Health and Human Services (DHHS), Program Support Center (PSC), requires quarterly cleaning and maintenance of ductwork in the main kitchen and serving area located at 5600 Fishers Lane, Rockville, MD 20857. The kitchen is on the 5th. Floor and the ductwork runs through the 18th floor. Contractor must be IKECA certified and a site visit is mandatory for this requirement. Tasks: o Clean hoods located in the kitchen area. Hood 1.055 (two grease extractor), 1.068 (two grease extractor), 2.019(one grease extractor), 2.037(one grease extractor), and 2.028 (one grease extractor) o Clean all the filters. Each hood has its set of filters, see above for quantity. Each horizontal run has a grease collector (3 total). o Clean all duct work. o Clean fire suppression plumbing, sensors, and grease drip trays. o Clean 3 grease fans (KE-19-1 thru 3) assembly fan unit. General o Perform all kitchen exhaust cleaning in accordance to specifications outlined in Scope and in the Work Order o Perform cleaning once every 3 months. o Schedule all kitchen exhaust cleanings in advance and in strict accordance with the specified frequencies. Clean the kitchen exhaust systems according to stated frequencies. o All service shall be performed by IKECA trained technicians. An IKECA certified technician shall be on site to supervise cleaning services. o Adhere to all applicable OSHA and IKECA safety & cleaning standards. Cleaning Specifications o Provide HHS with before and after pictures for each cleaning service o All interior duct work, air flow portions of fans and hood areas shall be left completely free of grease & carbon (ALL duct work must be cleaned down to bare metal) unless otherwise noted. This applies to the exhaust side only; it does not include the make-up air or HVAC system. o No coatings are to be sprayed onto the clean duct work after cleaning (e.g., fire protection powder, lime powder, etc.) o Working areas around and by exhaust systems shall be protected and left clean (in same condition found at start of job) after the job is complete. This includes areas around/under ducts, fans roofs, hoods, floors in working areas, ceilings under ducts, etc. o Electric outlets & connections shall be protected in, around & under the cleaning areas o Stainless steel hoods shall be polished inside and out unless otherwise requested o The duct work shall have adequate access so all interior portions can be visible for on inspection by the customer and any inspectors after the cleaning. No part shall be left inaccessible without detailed written documentation to be given to the customer immediately following job completion. o The power and gas supply to kitchen equipment is to be reconnected and all pilots relit, where applicable. o The exhaust system shall be restarted at the end of the job and any obvious problems with the wiring or fan condition shall be noted on the work order and reported to the maintenance staff immediately. o A certification sticker showing the job completion date and the next required cleaning period shall be applied to each hood upon completion of the cleaning (two per system). o A written follow up report (job check out) shall be submitted by the cleaning contractor within 5 business days after the cleaning. o The use of toxic or flammable solvents or flammable cleaning aids is prohibited. o Cleaning chemicals shall NOT be applied to fusible links or other detection devices of the automatic extinguishing systems (NFPA 96, Edition, 11.4.7) o Use plastic sheeting to protect all restaurant/kitchen equipment and the surrounding areas of the hood & floor from overspray. In addition, whenever possible, plastic shall be extended from the ceiling to the floor. Plastic sheeting shall only be attached to hood canopies with duct tape and spring clamps. Plastic sheeting shall never be wedged between the hood and the back wall using putty knives, scrappers, cardboard, etc. o All hoods shall be "bagged" with plastic to collect wastewater for proper and lawful disposal. Wastewater and debris washed out of the hoods and ducts shall be collected in containers and poured down the mop sink drain. Clean hot water shall be run down the mop sink drain continuously for several minutes after waste water disposal to flush/clear the drain line to the grease trap. o Scrape, degrease and chemically steam clean all vertical and horizontal duct work down to bare metal, ensuring that all combustible material is removed. Note: If a build-up of grease in excess of ¼" is observed, please notify HHS and the restaurant general manager. o Build a berm around all rooftop exhaust fans in order to catch and contain all greasy water and debris. Ensure that no greasy water and/or debris escape down roof drains or scuppers. Greasy water & debris shall be collected with wet vacuum equipment, removed from the roof and disposed of in the kitchen mop sink. Clean hot water shall be run down the mop sink drain continuously for several minutes after waste water disposal to flush/clear the drain line to the grease trap. o Scrape, degrease and chemically steam clean all exhaust fan housings, fan blades, fan blade assemblies and grease catch units down to bare metal. o Kitchen equipment in the surrounding work area shall be wiped down and the floor surrounding the hoods shall be wet mopped to remove grease. o Clean up any debris, grease dirt, etc. generated by the cleaning process from affected sidewalk and grass areas. o Upon completion of the cleaning process, shall use stainless steel polish on hood exterior surfaces, re-install all access panel doors with the proper bolts, screws and fire-proof sealants as required. o Duct insulation shall be re-wrapped and secured to its original condition. o Upon completion of cleaning process, contractor shall re-position dampers and diffusers to ensure proper air flow. o Upon completion of the cleaning process, contractor shall return all electrical switches and system components to normal operational state. Additional Instructions: A site visit is scheduled to be held at 5600 Fishers Lane, Rockville MD 20857 on March 18, 2016 at 2:00PM ET. The walk through will be led by Karen Buitrago. The session will begin with a 15 minute briefing followed by a walk through. At the end of the walk through, the team will convene for another 15 minutes to go over any question and summary of notes taken during the walk through. Quoters are advised to bring a copy of attachment A to the site visit. Additionally, in order to facilitate building access, quoters are requested to confirm if they plan to attend the walk through. Please email Zipora Chepkoit at Zipora.Chepkoit@psc.hhs.gov by COB March 16, 2016. FAR. 52.237-1 - Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (vii) Performance period for this service shall be for one 12 month base period and four 12 months' option periods beginning from date of award. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror who provides the lowest price technically acceptable (LPTA). (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2014), with its offer or acknowledge its listing in the System for Award Management (SAM) website. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2014), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2014), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); (25) 52.222-3, Convict Labor (JUN 2003); (26) 52.222-19, Child Labor- cooperation with authorities and remedies(FEB2016) (E.O. 13126); (27) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (28) 52.222-26, Equal Opportunity (MAR 2007); (30) 52.222-36, Equal Opportunity for Workers with Disabilities; (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and (49) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). (xiii) The provision at FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (FEB 2015) (DEVIATION 2015-02), applies to this acquisition. (xiv) The clause at FAR 52.223-2, Affirmative Procurement of Bio based Products Under Service and Construction Contracts (Sep 2013), applies to this acquisition. (xv) The clauses at FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (DEC 2013); FAR 52.222-41, Service Contract Labor Standards (May 2014); HHSAR 352.203-70, Anti-Lobbying (MAR 2012); and HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010), apply to this acquisition. (xvi) DPAS - N/A (xvii) Quotes are due on March 23, 2016 at 12:00 PM ET, electronically to the attention of Zipora Chepkoit at Zipora.chepkoit@psc.hhs.gov (xvi) Contact Zipora Chepkoit, Contract Specialist at Zipora.chepkoit@psc.hhs.gov or 301-443-2342 regarding the solicitation. Any inquiries not addressed during the walk through must be emailed to the Contract Specialist, with "Solicitation 16-233-SOL-00175 - Inquiries" in the subject line no later than March 21, 2016 at 2:00PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/16-233-SOL-00175/listing.html)
 
Record
SN04046284-W 20160312/160310235316-6312167e746418503fcfc045f972661b (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.