|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353United States Air Force, Air Combat Command, 509 CONS, 850 Arnold Ave
Ste 2, Whiteman AFB, MO, 65305 S -- HVAC/DUCT CLEANING SERVICE SOL F23606-99-Q0243 DUE 061499 POC
Michelle Connolly, Contract Specialist, Phone (660)687-5395, Fax
(660)687-5412, Email SOLLGCV@whiteman.af.mil -- George Cromer,
Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F23606-99-Q02
43&LocID=884. E-MAIL: Michelle Connolly, SOLLGCV@whiteman.af.mil. This
is a combined synopsis and solicitation for commercial items
(non-personal services), 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;
quotations are being requested and a written solicitation will not be
issued. This solicitation is being issued as a Request for Quotation
(RFQ). Submit written offers (no oral ones) on RFQ F23606 99Q0243. All
Statement of Work and Evaluation Factor requirements must be met as
they appear in this notice. This procurement is set-aside for small
business. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-11.
Standard Industrial Code 7699 applies to this procurement. Period of
performance is 45 days from the start of this project. FOB Destination
for delivery at Whiteman Air Force Base, Missouri, Buildings 604, 35,
509, 711, and 705. Statement of Work (SOW) for HVAC/DUCT CLEANING
SERVICES. 1. GENERAL. 1.1 The Contractor shall provide transportation,
labor, materials, equipment, fuel, and any other needed material for
the purpose of this project. 1.2 Contractor personnel and vehicles must
possess appropriate passes. These shall be obtained from Security
Forces Pass and ID at the Visitor_s Center located at the base Spirit
Gate. 1.3 The Contractor is subject to all Base fire, safety, security,
and traffic regulations. 1.4 The Government contracts on the
understanding that the Contractor is complying with applicable laws
concerning workplace safety. 1.5 The Contractor is subject to all
citations and penalties for violation of applicable workplace safety
laws. The burden of compliance rests with the Contractor. Enforcement
of workplace safety laws is the responsibility of the agency specified
in the applicable law. 1.6 The Contracting Officer may notify the
Contractor of hazards in Contractor operations that endanger Government
personnel or property and require appropriate abatement action. This
provision does not constitute assumption of liability for Occupational
Safety and Health compliance on the part of the Government or negate
other agency responsibility for enforcement of applicable laws. 1.7
Accident prevention principles must be thoroughly integrated into all
operations. Unsafe conditions and practices, as identified by the
Contracting Officer or designated representative, must be corrected
immediately. 1.8 Any and all debris generated by the Contractor_s
operations shall be removed from Whiteman Air Force Base. Disposal of
all debris shall be in accordance with existing local, state, and
federal regulations. The Contractor shall be responsible for any permit
or fees associated with the use of off-base disposal locations. 1.9 The
Contractor shall be liable for any loss, destruction, or damage beyond
normal wear and tear, and deterioration to Government property,
including vegetation and landscaping, resulting from Contractor
operations. Any damage to government or personal property will be
repaired or replaced to the Contracting Officer_s satisfaction at the
Contractor_s expense. 2. CLEANING. 2.1 All cleaning shall be in
accordance with National Air Duct Cleaners Association Standard 1992-01
(NADCA). 2.2 Clean all surfaces of supply louvers, and return grills at
each supply and return point. Clean with an appropriate method
conducive to the surface that is cleaned. Surfaces should be clean and
free of debris and dust when completed. 2.3 Clean heating and cooling
units in each facility. Cleaning the interior of these units include:
blower assembly-hand brushed and vacuumed. Cooling coils and drip pans
should be cleaned with approved mild acid and rinsed clean. Solution
must be compatible with the surface cleaned. Treat areas with a broad
spectrum disinfectant that will kill bacteria viruses, mold, and
mildew. Replace filters in units upon completion of cleaning using high
efficiency cotton pleated filters. 2.4 Vacuum inside all attached duct
work system to include supply, return, and fresh air supply and
returns. Access overhead duct work of system by non-flame producing
method where necessary to gain entry to duct. Contractor shall be
responsible to patch and seal all entrances to duct with a metal plate
of like material secured by duct sealer, metal screws, and foil duct
tape. If duct is insulated, the panel shall be insulated be it interior
or exterior insulation. 2.5 Loosened dirt will be vacuumed from the
system into a specialized filtration unit capable of collecting the
dust and filtering the air to hospital clean standards. Hepa filtration
on the unit shall remove 99.9% of the dirt particles in the air
exhausted. 2.6 Treat all areas of the duct work with a wide spectrum
disinfectant, which will kill bacteria, viruses, mold, and mildew. 2.7
Encapsulate all portions of the interior duct work with a polymer
based EPA registered encapsulator. Product shall have the capability to
adhere any soot particles not removed by vacuuming, and shall aid in
sealing any loose duct insulation. 2.8 Clean all glass insulated duct
(flex duct) by forced air or by using the recommendations of the NAIMA
(North American Insulation Manufactures Association). Submit procedure
for approval. 2.9 Notify the CE inspector of any unusual damage to
duct, insulation, or mechanical problems prior to submission of bid if
found during pre-bid site visit. 3. LOCATIONS. 3.1 The locations of
the facilities to be serviced under this contract as follows: Building
35 Base Operations, Building 711 Security Forces HQ, East end of
Facility 705, Building 604 Bio-Environmental, and Building 509 Wing
Headquarters. Base maps will be provided for locations to the
contractor receiving the award. Available floor plans will be provided
upon request. The provision at FAR 52.212-1, Instructions to Offerors
-- Commercial Items, applies to this acquisition. The provision at FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items, applies to this solicitation and the offeror must include a
completed copy of this provision with their proposal. The clause at FAR
52.212-5, Contract Terms and Conditions Required to Implement Statues
or Executive Orders -- Commercial Items, applies to this solicitation.
Specifically, the following clauses cited are applicable to this
solicitation: (b)(6) FAR 52.222-26, Equal Opportunity; (b)(7) FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; (b)(8) FAR 52.222-36, Affirmative Action for Workers with
Disabilities; (b)(9) FAR 52.222-37, Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era; (c)(1) FAR 52.222-41, Service
Contract Act of 1965, as amended. U.S. Department of Labor Wage
Determination 94-2307 revision 13 is applicable to this requirement;
(c)(2) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires.
Equivalent positions would be as follows: Heating, Refrigeration, and
Air Conditioning Mechanic ($18.42), Laborer ($8.32), plus $1.39 fringe
benefits. The clause at DFARS 252.212-7001, Contract Terms
andConditions Required to Implement Statues or Executive Orders
applicable to Defense Acquisition of Commercial Items, applies to this
solicitation. Specifically the following clauses cited are applicable
to this solicitation: DFARS 252.225-7001, Buy American Act and Balance
of Payment Program. FAR 52.212-4, Contract Terms and Conditions --
Commercial Items, applies to this solicitation. Addenda to FAR
52.212-4: The following additional clauses apply to this solicitation:
52.237-2, Protection of Government Buildings; and 252.223-7006,
Prohibition on Storage and Disposal of Toxic and Hazardous Materials.
The following provisions apply to this solicitation: 52.252-1,
Solicitation Provision Incorporated by Reference; 52.237-1, Site Visit;
252.225-7000, Buy American Act-Balance of Payments Program Certificate;
252.204-7004, Required Central Contractor Registration; and
252.232-7009, Payment by Electronic Funds Transfer (CCR). The above
Provisions and Clauses may be obtained via Internet at
http://farsite.hill.af.mil. All proposals must be mailed to POC
Michelle Connolly at 509 CONS/LGCV, 850 Arnold Ave, Site 2, Whiteman
AFB MO 65305-5054. Award will be made to the lowest responsive and
responsible offeror. Proposals are required not later than 4:00 PM CST,
14 June 1999. Posted 05/21/99 (D-SN334351). (0141) Loren Data Corp. http://www.ld.com (SYN# 0061 19990525\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|