COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2002 PSA #3009
SOLICITATIONS
19 -- HEATING, VENTILATION AND AIR CONDITIONING SUPPORT SERVICES
- Notice Date
- December 28, 2001
- Contracting Office
- Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
- ZIP Code
- 20170-4817
- Solicitation Number
- 1435-04-02-PR-85952
- Response Due
- January 9, 2002
- Point of Contact
- Terrie L. Callahan, 703-787-1344, email vze2x5h9@verizon.net
- Description
- See Note 1. This acquisition will be a 100% small business set aside. All offerors must be able to qualify under NAICS 336611, Shipbuilding and Repair. The Minerals Management Service (MMS)/GovWorks intends to issue one or more indefinite-quantity indefinite delivery (ID/IQ) type contracts for labor, materials, equipment and services to thoroughly clean, sanitize, and correct filtration deficiencies of Heating, Ventilation and Air Conditioning (HVAC) systems principally for US Government ships. This requirement is being issued by GovWorKs under the franchise authority of the Department of the Interior (DOI) in accordance with FAR 13.5, Test Program for Certain Commercial Items. Since this may result in a multiple award, each offeror receiving a contract will be given a fair opportunity, as prescribed in FAR 16.505(b), to submit a proposal for individual task orders. This competitive process will be simplified in order to facilitate the order process and prevent undue administrative burden upon the Contractor(s) and the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented and 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this solicitation: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and conditions Required to Implement Statues or Executive Orders Commercial Items (AUG 2000); 4) DESCRIPTION OF REQUIREMENTS -- The HVAC system includes any interior surface of the air distribution system for conditioned spaces and/or occupied zones. This includes the entire heating, air-conditioning and ventilation system from the points where the air enters the system to the points where the air is discharged from the system. The return air grilles, return air ducts to the air handling unit (AHU), the interior surfaces of the AHU, mixing box, coil compartment, condensate drain pans, humidifiers and dehumidifiers, supply air ducts, fans, fan housing, fan blades, air wash systems, spray eliminators, turning vanes, filters, filter housings, reheat coils, and supply diffusers are all considered part of the HVAC system. The HVAC system may also include other components such as dedicated exhaust and ventilation components and make-up air systems. The HVAC system shall be cleaned using Source Removal mechanical cleaning methods designed to safely extract contaminants from within the HVAC system. Mechanical Cleaning may employ vacuum units, mechanical and hand brushes, pressurized air sources, pressurized water sources, steam, and other tools to dislodge attached particulate and debris and convey it to a collection device in a controlled manner. The government representative will identify the systems to be cleaned, and provide a copy of the appropriate HVAC system drawings, appropriate pages from the ship' s Damage Control book, or other ventilation system blueprints or drawings. If unavailable, linear dimensions of the systems to be cleaned, or other pertinent information shall be provided by the government, or the government may chose to pay the contractor under Subtask 1, "Inspection, Reports and Scoping", to develop take-offs to identify duct lengths and components for review and approval of the government. The work will include some combination of the following components which will be defined in the scope of work. Subtask 1 -Inspection. Reports and Scoping a) Inspect ventilation systems, conduct a pre-cleaning survey, videotape the inspection, draft report, and scope as required. b) Upon completion of the ventilation systems cleaning, document the post cleaning condition of the systems via a random (10%) fiberoptic videoscope taping and provide the videotape to the government representative. Subtask 2- Ventilation Access Covers and Openings a) Provide and install vent cleaning accesses and covers that suit ducting size and type to support the cleaning process. b) Replace missing or damaged fasteners and gaskets on vent access openings as required (sized to suit). c) Replace missing or damaged vent access covers as required (sized to suit). d) Replace missing or damaged reusable insulated pads as required (sized to suit). Subtask 3- Clean Exhaust and Recirculation Ventilation Systems a) Clean exhaust and recirculation systems ducting in cooking/galley, scullery, washroom/head, machinery, and laundry spaces using source removal methods described herein.b) Clean fan assembly with plenum in exhaust and recirculation systems (not including fan rooms utilized as plenums). c) Clean and sanitize cooling coils, including drain tubes and drip pans. d) Clean heating coils. e) Clean terminals. f) Replace missing and damaged mesh screens (sized to match, monel). Subtask 4- Clean Supply Ventilation Systems a) Clean supply ventilation systems ducting using source removal methods described herein. b) Clean fan assembly with plenum in supply systems (not including fan rooms utilized as plenums), c) Clean and sanitize cooling coils, including drain tubes and drip pans. d) Clean heating coils. e) Clean terminals. Subtask 5- Surface Treatments If required, the use of a variety of coatings and surface treatments to improve coil heat transfer efficiency, may be authorized, inhibit corrosion of metal surfaces, restore surface degradation of thermal acoustic internal fiberglass liner and restore surface integrity of corroded/deteriorated metal surfaces. In all cases, such coatings and surface treatments will only be used after surface cleaning is complete and will be applied in accordance with manufacturer's requirements. Any surface treatment materials and application processes shall be in compliance with applicable federal, state, and local regulations. Subtask 6 Miscellaneous a) During the cleaning evolution; the contractor shall stay in close contact with the government representative to determine cleaning and inspection schedule, and to allow progress to be monitored. b)The contractor shall provide all labor, material, and services to obtain access to HVAC units and associated components including removal of overhead panels. c) The contractor, on the basis of field inspections and review, shall determine the method of cleaning the HVAC systems and its components, to prevent any damage to the system and its operation. Upon completion of the initial inspection the contractor shall notify the government of the proposed methods and their effects on the systems. d) Reset all balancing dampers to original settings if moved during work. Be sure to mark original position so that during the final inspection original settings can be field verified. e) Report to supervisor any system defects discovered during the cleaning operation that will require repair to a HV AC system ( e.g. equipment, ductwork, dampers, registers, etc.). Provide a "Conditions Found Report" as required. f) Provide repair support, as required and authorized, to repair damaged ductwork discovered during the cleaning. Subtask 7 Repair/Upgrade Filtration Media a) Evaluate installed filtration media for cleanliness, functional stability, efficiency, and leak-by. b) Perform minor repairs to filter racks and housing to restore structural integrity. c) Renew/upgrade filtration media based on overall evaluation of filtration media per item. d) Replace standard metal mesh filters with depth loading disposable filtration media. e) Fabricate and install filter racks/holders, batten depth loading filtration media or pocket filtration to provide filtration of outside air/inlet plenums. QUALITY ASSURANCE Following cleaning a visual inspection of interior surfaces, where accessible, shall be performed to verify the surfaces are visibly clean and free from non-adhered substances and debris. For less accessible areas, up to 10 percent of ducting will be randomly selected for cleanliness verification using a fiber optic video system. PERIOD OF PERFORMANCE A contract awarded as a result of this solicitation shall be for a period not to exceed 60 months beginning with the date of award. Proposal Content -- Technical and Cost Proposal Contents: The offeror shall prepare a technical proposal that will define in detail the offeror's capabilities and approach to meeting the requirements. The narrative with the offeror's proposal must be written in a clear, concise fashion describing precisely what the offeror proposes to do to meet those requirements. The technical proposal should include, but is not limited to the following information: 1) General technical approach to meeting the requirements; 2) Relevant organizational experience; 3) Resumes of personnel; 4) Names and phone numbers of 3 references for whom similar work has been done. The offeror shall prepare a cost proposal that clearly indicates the proposed firm fixed price rates in order to meet the requirements. Clearly identify the period of time the rates are applicable (i.e., Award through 12/31/2002). Evaluation Criteria and Award: Each Offeror's proposal is evaluated according to the factors shown below. Factors A, B, C, and D are roughly equal to each other; factor E is less important. Sub-factors listed under each factor are of equal importance to each other. A. Technical Approach -- 1. Understanding of the work, including creativity and thoroughness shown in understanding the objectives and planned execution of the project. 2. Discussion of specific methods and techniques for completing each discrete task, to include such items as quality assurance, and customer-service. 3. Anticipation of potential problem areas, and creativity and feasibility of solutions to problems. 5. Quality of the Project Management Plan and allocation of personnel and resources. B. Past Performance -- 1. The organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. 2. The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and its clients. 3. The organization's specific past performance on prior similar efforts specified. C. Personnel Qualifications -- 1. The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects is meant to convey similarity in topic, dollar value, workload, duration, and complexity. 2. Quality and depth of education and experience on other projects which may not be similar enough to include in response to C.1. (immediately above) but may be relevant. 3. The currency, quality and depth of how the Project Director will supervise and coordinate the workforce. D. Organizational Experience -- 1. The degree of comparability of past projects to the current project, including number of projects, complexity, workload, and dollar amount. Supporting subcontractors, consultants and partners will be considered. 2. Appropriate mix and balance of education and training of team members. E. Cost. CONTRACT AWARD -- Contract award shall be made to the responsible Offeror(s) whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror(s). Questions will be received until 2:00pm Eastern Standard time, January 3, 2002 and answers will be provided by 2:00pm Eastern Standard Time, January 7, 2002. In order to compete under this solicitation, interested parties must submit their proposals no later than 4:00pm Eastern Standard Time, January 9, 2002. Receipt of proposals must be in an unbound original and one (1) copy and an electronic copy, not more than 50 pages in length, to Terrie Callahan, Contracting Officer, Department of the Interior, 381 Elden Street, MS2500, Herndon, VA 20170. Please reference the RFP in the subject line of your email.
- Record
- Loren Data Corp. 20020101/19SOL002.HTM (W-362 SN5160Z0)
| 19 - Ships, Small Craft, Pontoons and Floating Docks Index
|
Issue Index |
Created on December 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|