|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1996 PSA#1666AFFTC/PKA Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA
93524-1185 J -- MAINTENANCE OF HEATING AND AIR CONDITIONING UNITS SOL
F04700-96-T-7111 DUE 090996 POC Donna Chesher, Contract Specialist,
(805) 277-3900 x2216 John Lemacks, Contracting Officer, (805) 277-3900
x2253. 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. This
announcement constitutes the only solicitation, proposals are being
requested and a written solicitation will not be issued. The
solicitation number is F04700-96-T-7111. This is a Request for
Quotation. The solicitation document and incorporated provisions and
clauses are those in effect through FAC 90-32 and DAC 91-1. This
acquisition is a100% small business set aside. Standard industrial
classification code:7623. Small Business Size Standard: $5M. The
acquisition includes Contract Line Item Number(s): 0001, preventative
maintenance at 90-day intervals for 88 air conditioning and heating
units. Period of performance 1 Oct 96 to 30 Sep 97. 0001A, 4 quarterly,
Labor to perform preventative maintenance of 88 air conditioning and
heating units. 0001B, estimated $4,000.00 plus %, Material. Replacement
parts required to perform preventative maintenance. Estimated cost
$4,000.00. Contractor is to indicate mark-up over cost for replacement
parts. A negative mark-up is acceptable. 0002, remedial maintenance on
an on-call basis for 88 air conditioning and heating units. Period of
performance 1 Oct 96 to 30 Sep 97. 0002A, est. 384 hours. Labor to
perform remedial maintenance of 88 air conditioning and heating units
on an on-call basis. estimated 384 hours plus parts. 0002B, Material.
Estimated $4,800.00 plus %. Replacement parts required to perform
remedial maintenance. Estimated cost $4,800.00. Contractor is to
indicate mark-up over cost for replacement parts. A negative mark-up is
acceptable. For delivery to: 412 TW/LGLXXR, Building 1600, 300 E.
Mojave Blvd, Edwards AFB CA 93524. Contact the contract specialist if
inspection of the location of the work is desired. Statement of Work:
The contractor shall furnish all materials, labor, equipment and
transportation necessary to service and perform preventative and
remedial maintenance for existing air conditioning and heating units.
Work to be performed is as follows: Check and ensure all movable parts
are in proper working order, check and repair all electrical
components, check and clean all condensers and evaporator coils as
needed, check all refrigerant fluid levels, check, clean or replace all
filters as required, inspect and adjust belts where applicable, repair
leaks and replace parts as needed for proper operation, balance air
conditioning systems, clean burners on heating units and adjust as
necessary, lubricate motors and bearings as necessary. Work to be
accomplished is located within the 412th Logistics Group Complex,
Edwards Air Force Base, California. The hours of work will be from 7:00
a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays.
Any government or privately owned property damaged by the contractor
shall be replaced or repaired immediately by the contractor at no
expense to the government. Water and electricity will be furnished to
the contractor by the government from government existing systems
outlets at no cost to the contractor. The contractor shall comply with
all safety regulations at Edwards Air Force Base and OSHA. The
contractor shall be responsible for quality assurance. The assigned
government inspector(s) shall evaluate and approve all work
accomplished. All excess materials generated by the contractor shall be
removed from the job site and disposed of by the contractor daily. The
job site could be located within a restricted area. The contractor
shall obtain security clearance for his personnel and equipment by
submitting to 412 LSS/LGLXXF, the names of personnel, social security
numbers, drivers license/vehicle numbers, and copy of current vehicle
registration one week (seven calendar days) prior to commencing work.
All operations within the restricted area shall be in strict accordance
with AFFTC Regulations 55. Preventative maintenance shall be on a
90-day interval. All parts and labor to perform preventative
maintenance will not exceed the allotted amount per visit. Remedial
maintenance shall be on an on-call basis with response time not to
exceed 48 hours excluding weekends and federal holidays. The total
performance period for this job is 1 Oct 96 through 30 Sep 97. Air
conditioning and heating units locations, and model numbers are
attached. Bldg No. 1600, Lantirn module, 12 ground units, model nos.
38BQ00620, 38BQ008620, 38YH36600DL, 38YH060600DL (9 each). Bldg No.
1600, EMS command module, 4 hanging units, model no. 49WAB09C (4 each).
Bldg No. 1600, RPC module, 12 window units, model nos. YQ06H10 (4
each), YSQPH33A (7 each), YQ06H10 (4 each). Bldg No. 1600, Viper
module, 1 roof unit and 4 hanging units, model nos. B2A60E14-4S-1,
BZA36E9-25-1, BZA60E14-4S-1, 50-QQ-024-360, R-183. Bldg No. 1600, LTS
module, 13 window units, model nos. YM14H34A (5 each), YS09H33A (7
each), YM09H33A (1 each). Bldg no. 1600, training module, 3 ground
units and 2 hanging units, model nos. 60WA-B09C (2 each), 50QQ048550 (3
each). Bldg no. 1600, systems module, 5 window units, model nos.
YL24H35 (2 each), YL18H35 (4 each), Bldg no. 1600, hush house module,
1 window unit, model no. YL24H35. Bldg no. 1600, shadow module, 2 roof
units, model no 50QQ-060-660 (2 each). Bldg no. 1600, tow target
module, 5 window units, model no. YS09H33A (5 each). Bldg no. 1600,
machine shop module, 4 window units, model no. YL18H35 (1 each),
YM14H34A (3 each). Bldg no. 1600, sheet metal module, 5 window units,
model no. YS09H33A (5 each). Bldg no. 1600, fabrication module, 3
window units, model no. YS09H33A (3 each). Bldg no. 1604, module, 4
hanging units, model no. 60WAB090 (4 each). Bldg no. 1600A, paint spray
booth, 2 heating units and 2 evaporative coolers, model no. CFA233 (4
each). Bldg no. 1600, plastic shop, 1 walk-in freezer, model no. 150AL.
Bldg no. 1600, special instrumentation, 3 roof units, model no.
RPN-C-058C-000 (1 each), RPN-C-058C-00 (2 each). FAR provision
52.212-1, Instructions to Offerors--Commercial applies. Offerors must
include a completed copy of FAR provision 52.212-3, Offeror
Representations and Certifications --Commercial Items. FAR clause
52.212-4, Contract Terms and Conditions--Commercial Items, applies.
Addenda: 52.222-42, Statement of Equivalent Rates for Federal Hires,
Heating, Refrigeration and Air Conditioning Mechanic, monetary wage
$15.22, fringe benefits $4.87, 52.232-28, Electronic Funds Transfer
Payment Methods. FAR clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes Or Executive Orders--Commercial Items,
applies. Applicable FAR clauses cited in 52.212-5 are: 52.222-6, Equal
Opportunity, 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped
Workers, 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.225-19, European Community Sanctions
for Services, 52.222-41, Service Contract Act of 1965, as amended. DFAR
clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items applies. Applicable DFAR clauses cited in 252.212-7001 are:
252.225-7001, Buy American Act and Balance of Payment Program. The
Defense Priorities and Allocations System (DPAS) rating is: Unrated .
Contact Donna Chesher, fax (805)258-9689, for information regarding
this solicitation. Offers are due at the Air Force Flight Test Center,
Directorate of Contracting, 5 South Wolfe Ave, Edwards AFB CA 93524,
on 9 Sep 96. Telephone requests to be placed on the mailing list will
not be honored. (0235) Loren Data Corp. http://www.ld.com (SYN# 0039 19960823\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|