SOLICITATION NOTICE
W -- Hot Water Boiler Systems (Rental)
- Notice Date
- 11/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- FA7012-04-T-0025
- Response Due
- 11/12/2003
- Archive Date
- 11/27/2003
- Point of Contact
- Donna Taylor, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
- E-Mail Address
-
donna.taylor@bolling.af.mil, valerie.gaines@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-04-T-0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-16. This is a small business set-aside. The North American Industry Classification System code is 532490 (formerly SIC code 7359) at $6 million size standard. LINE ITEMS: 0001 Rental of 3 Boilers, QTY: 5/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002 Set up and Startup , QTY: 3/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0003 Removal, QTY: 3/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: 1. DESCRIPTION OF SERVICES. Contractor shall furnish all labor, materials, transportation, permits, licenses, certifications, equipment, supervision and all other items and services necessary for rental, delivery, set-up, and start-up of three (3) complete hot water boiler systems. The project location is Bolling Air Force Base, D.C. 1.1. The following short work description shall serve as general information only, and shall not limit the contractor?s responsibility or obligation to conform to all state and local laws and in accordance with manufacturer?s recommendations. 1.2. The primary objective of this project is the rental, delivery, set-up, and start-up of three (3) complete hot water boiler systems. Provide a complete turnkey installation. Provide crane required to unload and reload the boilers at site locations. 1.2.1. Provide three (3) temporary hot water boiler systems to deliver a minimum of 5 million BTU per hour with a flow of 100 GPM and 200 ft TDH of medium temperature hot water at 50 psig and 250 degrees F. 1.2.2. Each system and auxiliaries shall include but not be limited to the following components: No. 2 fuel fired fire tube boiler No. 2 fuel oil tank and pump Feed water tank Electronic flame safeguard Low water cutout Low water alarm Flame failure alarm Electrical cable, minimum 100 feet ?? water hose for makeup with freeze protection 1.2.3. Locate boiler systems on Bolling AFB on the South side of Building 4439, North East corner of Building 52, and the East side of the zone room of Building 18. 1.2.4. Electrical power is available at the motor control center in the heating plant Building 18 and mechanical rooms in Buildings 52 and 4439. Power is available at 208 volts, 60 hertz, 3 phases, 100 amps. Provide an enclosed circuit breaker of fused disconnect switch sized to the requirement of the temporary systems. Perform all work in accordance with the National Electrical Code. 1.2.5. Insulate outdoor temporary piping with 2? thick cellular glass insulation with an aluminum cover. 1.3. PERFORMANCE PERIOD. The boiler systems must be delivered and operational, delivering heat to the base no later than 19 November 2003. The systems shall remain in place until the base utility plant is ready for commissioning, up to but not later than 19 April 2004. 1.3.1 The government reserves the right to cancel this requirement at any time prior to the end of the rental period. The contractor shall be compensated in full for all services rendered during the rental period. 1.4. QUALITY CONTROL. The contractor shall provide a comprehensive maintenance plan that addresses how repairs and inspection will be accomplished throughout the rental period. The contracting officer (CO) or Quality Assurance Personnel (QAP) will notify the contractor when a breakdown occurs or repairs are needed. All repair work shall be in accordance with normal commercial practices. 1.4.1. Pick-up and remove all rental equipment from Bolling AFB not later than Five days after notification by the contracting officer or after rental agreement expires. 2. GOVERNMENT PROVIDED ITEMS AND SERVICES. The government will furnish electricity, water, and No. 2 fuel oil. The government will provide necessary permits to construct and operate fuel-burning equipment. Certified operators will provide daily operation and maintenance checks while the systems are in operation. In addition, two (2) 300# flanged tie-ins shall be provided at each location, not more than 20 feet from the boiler systems. 3. GENERAL INFORMATION. 3.1. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation shall abide by the security regulations of the installation. 3.1.1. Base Access. In order to obtain base passes for personnel, contractor shall provide on company letterhead to the Contracting Officer the following: Employee?s name, Employee?s date of birth, Social Security Number and Driver?s license and State of issue. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles entering the installation. 3.2. Supervision by Contractor. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 3.2.1. The contractor may be asked to remove persons assigned to this contract if such individual is identified to the contractor by the Contracting Officer as a potential threat to the health, safety security, general well-being or operational mission of the installation and its population. 3.3. Contractor Vehicle Route. Vehicle shall enter through the South Gate (Visitor?s Center) and proceed to the work sites via Chappie James Boulevard. Vehicles may exit through the South Gate during the hours of 1530-1730, all other hours vehicles must exit through the Main Gate.. 3.4. Hours of Operations. Normally duty hours are from 7:00 AM to 4:00 PM Monday through Friday. 3.5. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall perform all services under contract during national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. 3.6. SPECIAL QUALIFICATIONS. The contractor agrees to use trained and certified HAVC personnel. Personnel shall be responsible, experienced and capable of performing the tasks on this contract. 3.7. ENVIRONMENTAL CONTROLS: 3.7.1. Compliance with Laws and regulations. The contractor shall be knowledgeable of and comply with all applicable federal, state and local laws, permits DOD Air Force and environmental requirements and instructions. The contractor shall ensure that all subcontractors comply with the same. The contractor shall ensure policies and procedures and established that protect the safety and health of employees and the community to minimize or eliminate the risk of environmental spills. If the contractor spills or releases any substance listed in 40 CFR into the environment, the contractor shall immediately report the incident to the Environmental Coordinator at (202) 767-8600, in accordance with local procedures. The contractor shall notify the QA at (202) 767-1090. The contractor shall be held liable for containment and environmental clean up of the spill or release of such substance. If spillage creates contaminated soil, properly disposed of the soil and replace it with uncontaminated topsoil and restore grounds to their original conditions. The contractor shall not dispose of contaminated soil or hazardous materials on Bolling Air Force Base. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: Add paragraph (k), Site Visit: ? A site visit will be conducted on 7 Nov 03 at 10:00 A. M. EST. We will meet at building 5681, 2nd Floor Lobby. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Donna Taylor no later than noon, 6 Nov 03.? Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. Requirement will be awarded all or none. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37. All quotations must be received no later than 1:00 P.M. EST on 12 Nov 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Donna Taylor, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7897, E-mail to donna.taylor@bolling.af.mil
- Place of Performance
- Address: Buildings 18, 52 and 4439, Bolling AFB, DC
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN00465207-W 20031107/031105213721 (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 |