Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2007 FBO #1874
SOLICITATION NOTICE

J -- RFQ60305-0004-7 HVAC REBUILDING AND MAINTENANCE FOR CHILLER

Notice Date
1/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FDC Honolulu, 351 Elliott Street PO Box 30080, Honolulu, HI, 96820, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ60305-0004-7
 
Response Due
2/2/2007
 
Archive Date
2/17/2007
 
Description
1. Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation #RFQ60305-0004-7 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-14. (iv) Contractor must be registered with Dun and Bradstreet with a DUNS number. This DUNS number must be recorded in the Central Contractor Registration (CCR) with a current, not expired, registration. Both Dun and Bradstreet, as well as CCR, can be accessed through http://www.fpdc.gov. (v) Payment will be by Electronic Funds Transfer on a Net 30 Days ARO procedure unless otherwise annotated. (vi) A single award will be made on a fixed price basis to the offeror that provides the best value to the government, which will be determined by considering the evaluation factors stated in this solicitation. Award will be made under simplified acquisition procedures. (vii) The Federal Acquisition Regulation (FAR) provisions at 52.212-1, Instructions to Offers-Commercial Items, apply to this acquisition. (viii) 52.212-2, Evaluation - Commercial Items (The evaluation criteria affecting award of this quotation are price and past performance.) (ix) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with quotation. This provision is available to the offeror online at http://www.arnet.gov/far. THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: (x) 52.212-4, Contract Terms and Conditions - Commercial Items; (xi) 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items; (xii) 52.219-6, Total Small Business Set-Aside; (xiii) 52.222-41, Service Contract Act of 1965, as Amended. Applicable wage rates for this solicitation can be obtained at http://www.wdol.gov/sca.aspx#8 which are service wage rates for Honolulu County, Honolulu; (xiv)52.233-2, Service of Protest; (xv) 52.237-1, Site Visit; (xvi) 52.249-4, Termination for Convenience of the Government (Services)(Short Form); (xvii) 52.249-8, Default (Fixed-Price Supply and Service); and (xviii) Justice Acquisition Regulation (JAR) 2852.201-70, Contracting Officers Technical Representative (COTR) (xix)This service shall provide labor and services to rebuild and maintenance for chiller #2 located in the Powerhouse at the Federal Detention Center (FDC), Honolulu, (hereafter referred to as FDC, Honolulu), shall be performed in accordance with the following Statement of Work (SOW). (xx) STATEMENT OF WORK A. SCOPE OF WORK The contractor shall provide all necessary labor and services hereinafter, outlined for rebuilding and maintenance for chiller #2. Located at the Powerhouse for the Federal Detention Center, Honolulu, Hawaii. B. OPERATION SPECIFICATION The project location is the Federal Detention Center, Honolulu, Hawaii. Project work will be inside the powerhouse of the institution and entails rebuilding one Trane 400 ton chiller. This work shall include changing of the main bearings, o-rings, filters, oil disposal, test of the rotor and pressure leak test, along with proper refrigeration recovery and replacement. C. INSULATION The design of the project shall comply, insofar as practical with the correctional setting, to all appropriate state and federal codes, including the latest editions of the Uniform Building code, the National Electric, National Plumbing, NFPA, Life Safety Code, OSHA, American Correctional Association Standards, The Federal Bureau of Prisons Technical Design Guidelines, Federal Bureau of Prisons Design Program Guidelines and all other applicable codes and laws. The Contractor shall advise the Government throughout the design process on alternatives available to assure meeting the approved budget. If the initial estimate reveals that the project will likely exceed the base bid, the Government reserves the option to cut the scope of the project to fit the budget. D. OTHER CONSIDERATIONS 1. To facilitate normal operations of the institution, all work shall be conducted during normal business hours (6:00am to 2:00pm), however with prior approval hours can be adjusted but not later then 4:00pm. 2. All work will be performed outside the secure perimeter of the institution and located in the Powerhouse. Due to the correctional setting, all tools and equipment must be taken off the work site at the end of each work day. 3. The contractor will submit name(s), drivers license number(s) and social security number(s) for all employees, sub-contractors or principle contractors who are expected to enter the institution to perform work. This must be done a minimum of 14 calendar days prior to the start of any work. Because of the urgent nature of this work, a completion deadline of 30 calendar days will be in effect from start date of work performance. 4. The contractor shall provide three (3) copies of the Material Safety Data Sheet(s) (MSDS) of all hazardous chemicals coming into FDC, Honolulu. Contact the Safety Manager for approval. If the material is deemed unacceptable, it shall be the contractors responsibility to seek and replace the item with a compatible product. 5. The contractor shall provide a written agreement against any installation defects for a period of one (1) year from completion of project. 6. The contractor shall visit the Federal Detention Center, Honolulu, Hawaii to gather information on the existing conditions of the project in which the work is to be performed. (xxii) Quotations are due February 2, 2007, close of business/4:00HST (xxiii) SECURITY REQUIREMENTS: Contractors and employees will be required to meet residency requirements criteria prior to performance of services. In addition to residency requirements, prospective contractors must agree to the following security investigative procedures: National Crime Information Center (NCIC) check; DOJ-99 (name check); FD-258 (fingerprint check); Law Enforcement Agency checks; Vouchering of Employers; Resume/Personal Qualifications; OPM-329-A (Authority for Release of Information); National Agency Check and inquiries (NACI) check (if applicable); and urinalysis testing. If the proposed contract is with a company and the individual(s) assigned to perform the work test(s) positive for drug usage, the individual(s) shall be excluded from performing under the terms of the contract and the contractor shall provide acceptable replacement personnel who will be subject to the same security requirements. Requirements (2005) compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) entitled ?Personal Identification Verification (PIV) for federal employees and contractors, phase I. (xxiv) This service is a contractual arrangement and not a personnel appointment. Payment is based on an end product or the accomplishment of a specific result. This service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, contract performance will be monitored and evaluated. (xxv) Contractor performance will be evaluated by the assigned COTR. (xxvi) TECHNICAL/SPECIFICATION QUESTIONS, including MSDS questions, should be directed to Mrs. Lilia Pascual-Cantu at 808-838-4200, x1800. Appointments for site visits must also be arranged through Mr. Chuck Beck, x1700. QUOTATIONS can be mailed to: Federal Bureau of Prisons, Federal Detention Center, PO Box 30547, Honolulu, Hawaii, 96820, Attn: Antoinette Kennedy. Quotations can also be hand delivered to 351 Elliott Street, Honolulu, HI 96820. Quotations can be accepted via facsimile at 808-838-4508 or via electronic transmission to akennedy@bop.gov.
 
Place of Performance
Address: 351 Elliott Street, Honolulu, Hawaii
Zip Code: 96819
Country: UNITED STATES
 
Record
SN01209436-W 20070113/070111220422 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.