Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOLICITATION NOTICE

Z -- Training Tank Maintenance - (Draft)

Notice Date
7/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Homeland Security, United States Secret Service, Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-17-R-0036
 
Point of Contact
Carrisa Hobbs, Phone: 2024066814
 
E-Mail Address
carrisa.hobbs@associates.usss.dhs.gov
(carrisa.hobbs@associates.usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Attachment 2 Attachment 1 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: HSSS01-17-R-0036 Posted Date: 07/14/2017 Response Date: 07/24/2017 Classification Code: Z-Maintenance/ Repair Set Aside: None NAICS Code: 561790 Contracting Office Address Communications Center (PRO) 245 Murray Lane SW, Building T-5 Washington, DC 20223 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; and a written solicitation document will not be issued. This RFP is set aside for 100% Small Business. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, Effective January 19, 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790. The Government intends to award a competitive commercial fixed price type contract for training tank maintenance. Contract award is intended to be made by August 1, 2017. Award will be made to the lowest priced, technically acceptable offer. Technical acceptability is defined as a quote which meets all the technical requirements specified in the attached Statement of Work. The resulting contract will be for a base plus four option years. This Solicitation is compromised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. CONTRACT CLAUSES I. STATEMENT OF WORK Training Tank and Treatment System Maintenance Laurel, MD 1.0 GENERAL 1.1 The purpose of this Statement of Work (SOW) is to establish a contract to provide services necessary for preventative & corrective maintenance and repair for training tank/swimming pool and treatment system at the James J. Rowley Training Center (JJRTC). 1.2 The Water Safety Training Tank at JJRTC is a 250,000 gallon, welded aluminum swimming pool with a vinyl liner used for water safety and rescue training. The Training Tank is served by a water filtration and treatment system. Various standard pool materials and chemicals are used to maintain water balance in the Training Tank. 1.3 This project is unclassified, however, the contractor and affiliates shall not be permitted to advertise or make endorsement claims of any kind relating to this procurement and the project site. In addition, no reference shall be made to the approximate location, room number, or description of the space in any written correspondence without the express written consent of the government. 2.0 SCOPE 2.1 Contractor shall provide all necessary personnel, labor, supervision, equipment, materials, tools, and supplies required to complete in accordance with the water filter and treatment system manufacturer’s instructions and recommendations related to this project. Regularly scheduled service and maintenance performed on the pool and filter/treatment systems shall include but not limited to the following: 2.1.1 Brush and vacuum pool, including gutter and shall be 98% clean of debris 2.1.2 Check and service all equipment, including control and monitoring system in filter room to ensure all equipment is 100% operational. 2.1.3 Check and record readings on all gauges to ensure systems are operating correctly. 2.1.4 Service filters and replace filter medium to ensure they are working at optimal levels. 2.1.5 Test and balance water to ensure levels are in compliance with pool industry standards. 2.1.6 Inspect crawl space around pool (semi – annually) to ensure pool is not leaking. 2.1.7 Maintain maintenance log to document what was serviced and to document the water test results and equipment gauge readings. 2.2 Contractor shall remove all pool-related trash and ensure cleanliness of the pool, filters, related equipment, and associated floors, including filter room, during all maintenance visits to ensure pool and entire area is 98% clean. 2.3 Contract shall supply, remove and replace burned out pool lights and fixtures when needed. In addition, perform any required troubleshooting and repairs to the pool lighting system containing light fixtures. 2.4 Contractor shall provide 24-hour priority emergency repair service that includes labor and materials for any repair not listed as general maintenance. The contractor must respond to the US Secret Service, JJRTC with one (1) business day to start the repair, which must be completed within five (5) business days after troubleshooting. 3.0 LOCATION AND PERIOD PERFORMANCE 3.1 Services shall be performed at the 9200 Powder Mill Road, Laurel, MD. Contractor shall perform two visits per work week, preferably on Tuesday and Friday but in such a manner as to not interfere with on-going aquatic activities of the U.S. Secret Service Water Safety Program. 3.2 The period of performance shall be from 8/01/2017 to 7/31/2018 with four (4) one (1) year option years. 4.0 REFERENCES 4.1 All work shall conform to standards and practices of the following references: a) National Spa and Pool Institute (NSPI) b) National Swimming, Pool Foundation (NSPF) c) All applicable Federal, State, and Municipal regulations and ordinances 5.0 INSPECTIONS 5.1 Government inspections are for the sole benefit of the Government, and do not relieve the Contractor from contractual obligations and adequate quality control measures. 6.0 DELIVERABLES AND SCHEDULE 6.1 Contractor shall provide a detailed description of the work that will be performed on all equipment at each visit and at quarterly, semi – annual and annual visits. 6.2 A copy of the log showing the chemicals used on this contract along with the quantities and Manufacturer’s Safety Data Sheets (MSDS) must be submitted to the Contracting Officer’s Representative (COR) on an annual basis. A log of all visits by the contractor’s staff documenting all observations, measurements and maintenance performed must be maintained in a notebook to be located in the Training Tank Filter Room.   7.0 SECURITY REQUIREMENTS 7.1 Personnel working under this requirement must be U.S. citizens, and are required to pass the USSS background investigation. All personnel to be working on Government sites shall complete a Contractor Personnel Access Application form (SSF 3237), and must undergo a security background check by USSS. The contractor shall provide personnel who will successfully pass the background investigation. Personnel will also be required to complete a Contractor’s Agreement to Protect Non-Public Information. 7.2 The selected Contractor(s) will be required to provide the following information about the contractor’s employees and subcontractors who may have direct or incidental access to information being provided by the U.S. Secret Service: 7.2.1 Employee’s full name 7.2.2 Employee’s date and place of birth 7.2.3 Employee’s social security number 7.3 Offeror must submit the following documents and others as required for each respective person immediately upon notice of contract award or when new contractor replacement personnel are needed before starting any work under any contract tasking: • Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act. • SSF 3237 - Contractor Personnel Access Application • SSF 4024 - Conditional Access to Sensitive but Unclassified Information Nondisclosure Agreement 7.4 Duplication or disclosure of the data and other information to which the contractor shall have access as a result of this contract is prohibited. The contractor and his subcontractor(s) (if any) agree to not disclose said data, any interpretations and/or translations thereof, or data derivative there from, to unauthorized parties in contravention of these provisions, without the prior written approval of the Contracting Officer or the party in which title thereto is wholly vested. Subcontractors are subject to the same stipulations and may be held responsible for any violations of confidentiality. 7.5 Work on this project may require that personnel have access to Privacy Information and shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.   8.0 SPECIAL PROVISIONS 8.1 Individuals maintaining water chemistry shall be certified Aquatic Facility Operators (AFO) or Certified Pool Operators (CPO). 8.2 Contractors shall provide all chemicals needed to maintain proper water balance and cleanliness of tank and filter room equipment. Chemicals used must meet the manufacturer requirements of the water filter/treatment equipment. A supply of chemicals shall be stored in the filter room area. A list of each chemical and the amount used must be maintained on a log on a yearly basis. A chemical test kit for water analysis must be provided by the contractor for monitoring pool water conditions. Chemicals and materials include but are not limited to the following, however the contractor may use more materials if deemed necessary: 8.2.1 Filter system media 8.2.2 Chlorinator system media 8.2.3 Carbon Dioxide gas, including tank rental 8.2.4 pH adjustment media 8.3 Manufacturers of major Training Tank Water Filtration and Treatment Equipment listed below are not to be considered inclusive. All equipment associated with the filtration and treatment of the water in the Training Tank as well as other items noted in this SOW is to be maintained. 8.3.1.1 Water Filters-Neptune-Benson 8.3.1.2 Chlorinator-PPG 8.3.1.3 Ultraviolet disinfection unit-Engineered Treatment Systems II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing (See Attachment 1 – Pricing Sheet) Part B. Contractor Information Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in SAM. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the SAM database prior to award of any contract. Information about SAM may be found at www.sam.gov. Part C. Technical Proposal This technical proposal needs to explain the work that you will do and how you will meet the requirement in the Statement of Work. Include in detail how your company will meet the requirements: (1) An explanation of the services to be used in performing the tasks at hand to service and maintain the tank. (2) Whether your company will be able to provide U.S. citizens, non-felons for work; (3) The qualifications of the key personnel (what experiences they have). The offeror’s proposal will be required to provide resumes and qualifications for each proposed contractor personnel. Provide key personnel’s proof of certification as an Aquatic Facility Operator and/or Certified Pool Operator. The contractor shall provide the most capable and relevant personnel related to performing the type of tasking discussed and relating to the SOW. (4) A capability statement, explaining how your company provides pool services, such as a standard brochure. Technical capability to perform the work as evidenced in the proposal. In addition, provide a summary of weekly and annual maintenance procedures (5) For Past Performance provide (3) three references for similar work within the past three years. Include point of contact information and email addresses. **Please do not include pricing in your technical proposal or past performance. Submit Parts A, B and C to Carrisa Hobbs via email to Carrisa.hobbs@associates.usss.dhs.gov. By submitting a quote the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency. All questions shall be submitted in a word document and emailed to Carrisa.hobbs@associates.usss.dhs.gov NO LATER THAN JULY 19, 2017 at 11:00 am EST. All proposals shall be submitted in electronic format and emailed to Carrisa.Hobbs@associates.usss.dhs.gov NO LATER THAN JULY 24, 2017 at 11:00 am EST. II. EVALUATION FACTORS Factor 1: Technical Acceptability will be based on meeting the requirements of those outlined in the Statement of Work. Specifically, the contractor shall propose to meeting section 2.0 of the SOW. Factor 2: Past Performance (provide three references from two different agencies/entities for work performed within the past three years) Please gave all three references complete a past performance survey. (Please see attachment 2) Factor 3: Price Provide a firm fixed price for all maintenance and T&M labor hour pricing for emergency repair services. IV. CONTRACT CLAUSES The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm The following solicitation provisions and clauses apply to this acquisition: 52.203-17 – Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-7 -- System for Award Management. (Jul 2013) 52.204-13 – System for Award Management Maintenance. (JUL 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017) 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Jan 2017) 52.212-4 Contract Terms and Conditions - Commercial Items. (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2017) (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-39 – Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-2 Service of Protest (Sep 2006) 52.252-1 Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference. (FEB 1998) USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name All offerors shall submit one (1) copy of their technical and price quote. All quotations shall be sent, electronically via email, to the Contract Specialist at: Carrisa Hobbs Carrisa.hobbs@associates.usss.dhs.gov Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to the contract specialist: Carrisa Hobbs Carrisa.hobbs@associates.usss.dhs.gov Attachments 1. Pricing Sheet 2. Past Performance Survey 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-17-R-0036/listing.html)
 
Record
SN04580512-W 20170716/170714235319-fd879c704275761770c0dd0922a35719 (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.