SOLICITATION NOTICE
J -- SERVICE MAINTENCE FOR HVAC UNITS
- Notice Date
- 6/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- PR-NC-02-10440
- Response Due
- 6/28/2002
- Point of Contact
- LENORA HILLIARD, Contract Specialist, Phone: 919-541-4392, E-Mail: hilliard.lenora@epa.gov
- E-Mail Address
-
LENORA HILLIARD
(hilliard.lenora@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS Code: 811310 - THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS/SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLIED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-02-10440 and this solicitation is a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-06. The North American Industry Classification System (NAICS) code is 811310 and the SIC code is 7623 with a size standard of $6 million. This is a 100% small business setaside procurement. The government intends to award a firm fixed price performance-based service contract with a twelve month base period and four twelve month option periods. The contractor shall provide the following: full service (preventative maintenance labor, repair labor, and all materials, including replacement of any component that fails during the duration of this contract) maintenance coverage on all chillers, cooling towers, pumps, motors, air handlers, air compressors, air dryers, humidifiers systems, scrubbers, exhaust fans, variable speed drives, boilers, and direct digital control systems, as shown on the "Equipment List at the EPA Web page at: http.//www.gov/oam/rtp_cmd. The equipment shall be maintained and serviced in accordance with "Manufacturers' Operating and Maintenance Manuals," and the "Alliance Reciprocating Air Conditioning and Refrigeration Equipment System Assurance Services" both documents incorporated herein by reference. The Contractor shall provide all repair parts, replacement parts, labor, refrigerants, lubricants, chemicals, and make any necessary tests, inspections, repairs and adjustments as required to properly maintain these systems as set forth in the "Manufacturers' Operating and Maintenance Manuals." The Contractor shall maintain an inventory of the commonly used repair and replacement parts to minimize downtime. The Contractor shall provide projected schedules for completion of all preventive maintenance contractor requirements. The Contractor shall provide a detailed report after each inspection to report completion of projected preventive schedule requirements plus any additional work performed by the contractor, i.e., parts, labor time, adjustments, calibrations, etc. The Contractor shall provide service with a response time which is no greater than one working day after notification by the Government on non-critical components of the building mechanical systems. The Contractor shall provide service with a response time no greater than three hours after notification by the Government on computer room equipment. The computer room equipment is classified as critical components of the building mechanical systems. The Contractor's projected preventive maintenance schedule must meet or exceed the "Manufacturers' Operating and Maintenance Manuals" specifications, incorporated herein by reference. If there is a discrepancy, the "Manufacturer's Operating and Maintenance Manuals" requirements shall prevail. The Contractor shall offer to the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The Manufacturer's Operating Manual, and the Alliance Reciprocating Condition and Refrigeration Equipment System Assurance Services guide are available for review at the EPA facility in Montgomery, Alabama. Anyone wishing to view these manuals should contact Lenora Hilliard at (919) 541-4392 to arrange a time and place. The following FAR provisions apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2, which will be used to evaluate offerors are as follows: (i) demonstrated technical capability and availability of service engineers in preventative and remedial maintenance of all (equipment) as defined in the Statement of Work of this requirement; (ii) demonstrated ability of personnel to respond to remedial maintenance requirements within one day of notification, and the ability to provide a response time of three hours of notification on computer room and radon chamber mechanical; (iii) past performance - Provide at least 2 references for previous related projects conducted in the last 3 years. Include project description, contact person and telephone; and (iv) price. Past performance will be evaluated on quality of product or service, timeliness of performance, ability to adhere to deadlines, and overall customer satisfaction. Award will be made to the offeror whose offer represents the best value to Government, technical which includes past performance and price. For this requirement each technical subfactor is of equal weight, and overall technical and price are equal. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order--Commercial Items and the following additional FAR clauses which are cited in clause 52.215-5, required to Implement Statutes or Executive Orders-- Commercial Items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.222-3 Convict Labor, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-3,Buy American Act-Supplies; 52.225-18, European Community Sanctions for End Products; 52.225-21, Buy American Act - North American Free Trade Implementation Act-Balance of Payments Program, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. A site visit of the laboratory where the equipment is located will be held on June 11, 2002 at 10:00 AM. The laboratory is located on Gunter Air Force Base at the following address: 540 South Morris Ave., Montgomery, Alabama. Firms planning to attend should provide a written notification to the Contract Specialist at least two days prior to the site visit date. All technical questions are to be forwarded via email no later than June 13, 2002 to the Contract Specialist at the following email address: Hilliard.Lenora@epa.gov. In addition to this request for solicitation, offerors can review the following sample performance based documents applicable to this requirement at EPA's website at http://www.gov/oam/rtp_cmd. They are the following: (1) Performance Requirement Summary (2) Incentives/Disincentives (3) Monthly Payment Analysis Form. Note that the deduction value on the sample payment analysis form is $1,000.00 per incident for each untimely response and that amount will also be incorporated into the contract. Arrow down below that section to COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. Please submit two copies of the technical proposal and two copies of the price proposal to Lenora Hilliard, Contract Specialist, U.S. Environmental Protection Agency, RTP-POD, D143-01, Research Triangle Park, NC 27711, Courier Delivery Address is: U.S. Environmental Protection Agency, RTP-POD, D143-01, 4930 Old Page Road, Attn: Lenora Hilliard, E105-02, Research Triangle Park, NC 27709. All offers are due by June 28, 2002, 12:00p.m. EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
The Environmental Protection Agency
(http://www.eps.gov/spg/EPA/OAM/CMD/PR-NC-02-10440/listing.html)
- Record
- SN00146338-F 20020822/020821014009 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |