SOLICITATION NOTICE
J -- Provide Air Conditioner Maintenance for the Stulz Telephone Switch
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-07-T0023
- Response Due
- 2/23/2007
- Archive Date
- 4/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation document W9124L-07-T-0023 is issued as a Request for Quotation. This acquisition is set aside for small business. The applicable NAICS code is 238220; SIC code is 1711; siz e standard is 20 Million dollars. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. Services shall be performed at Fort Sill, OK. The following non-personal services are required: CLIN 0001 NON PERSONAL SERV ICES: A/C Maintenance Stulz Telephone Switch for buildings 1645, 710, 2601, 3436 and 5962, in accordance with (IAW) Performance Work Statement (PWS). (See PWS for specifications.) CLIN 0001AA Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stulz Telephone Switch in accordance with (IAW) Performance Work Statement (PWS). A/C MAINTENANCE STULZ TELEPHONE SWITCH, performance period will be for 8 months, (March 1, 2007 through September 30, 2007). CLIN 0001AB MAINTENANCE STULZ TELEPHONE SWITCH, Replacement of parts not included in CLIN AA, such as condensers, compressors etc.., not to exceed $__________. SUB-CLIN 0001AC: Accounting for Contract Services. Accounting for Contract Services. This s olicitation includes four (4) option periods. CLIN 0002 through SubCLIN 0002AC A/C MAINTENANCE STULZ TELEPHONE SWITCH, performance period will be for 12 months for buildings 1645, 710, 2601, 3436 and 5962 (1 October 2007 through 30 September 2008). CLIN 0003 through SubCLIN 0003AC A/C MAINTENANCE ST ULZ TELEPHONE SWITCH, performance period will be for 12 months for buildings for buildings 1645, 710, 2601, 3436 and 5962 (1 October 2008 through 30 September 2009). CLIN 0004 through SubCLIN 0004AC A/C MAINTENANCE STULZ TELEPHONE SWITCH, performance peri od will be for 12 months for buildings for buildings 1645, 710, 2601, 3436 and 5962 (1 October 2009 through 30 September 2010). CLIN 0005 through SubCLIN 0005AC for buildings 1645, 710, 2601, 3436 and 5962 (1 October 2010 through 30 September 2011). The option years periods of performance will be 12 months. Please provide quotes in the spaces provided below. CLIN 0001: A/C Mai ntenance Stulz Telephone Switch. NON PERSONAL SERVICES: Furnish labor, parts, materials, supplies, and equipment necessary to provide maintenance support of Stulz Telephone Switch Air Conditioners in accordance with the following scope of work during the base period of the contract, March 1, 2007 through September 30, 2007. SUB-CLIN 0001AA: Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stulz Telephone Switch in accordance with (IAW) Performanc e Work Statement (PWS), performance period will be for 8 months, (March 1, 2007 through September 30, 2007), unit price x 8 months = extended price_______________; SUB-CLIN 0001AB: Replacement of parts not included in CLIN AA, such as condensers, compress ors etc.., not to exceed $__________. SUB-CLIN 0001AC: Accounting for Contract Services. Accounting for Contract Services. Report Due NLT October 31, 2007 for contract period 1 March 2007 through 30 September 2007, unit price x 1 each = extended price__ _____________; CLIN 0002: A/C Maintenance Stulz Telephone Switch. NON PERSONAL SERVICES: Furnish labor, parts, materials, supplies, and equipment necessary to provide maintenance support of Stulz Telephone Switch Air Conditioners in accordance with the following scope of work during the base period of the contract, October 1, 2007 through September 30, 2008. SUB-CLIN 0002AA: Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stul z Telephone Switch in accordance with (IAW) Performance Work Statement (PWS), performance period will be for 12months, October 1, 2007 through September 30, 2008 unit price x 12 months = extended price_______________; SUB-CLIN 0002AB: Replacement of parts not included in CLIN AA, such as condensers, compressors etc.., not to exceed $__________. SUB-CLIN 0002AC: Accounting for Contract Services. Accounting for Contract Services. Report Due NLT October 31, 2008 for contract period 1 October 2007 through 3 0 September 2008, unit price x 1 each = extended price_______________; CLIN 0003: A/C Maintenance Stulz Telephone Switch. NON PERSONAL SERVICES: Furnish labor, parts, materials, supplies, and equipment necessary to provide maintenance support of Stulz Telephone Switch Air Conditioners in accordance with the following scope of work during the base period of the contract, October1, 2008 through September 30, 2009. SUB-CLIN 0003AA: Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stulz Telephone Switch in accordance wi th (IAW) Performance Work Statement (PWS), performance period will be for 12months, October 1, 2008 through September 30, 2009 unit price x 12 months = extended price_______________; SUB-CLIN 0003AB: Replacement of parts not included in CLIN AA, such as c ondensers, compressors etc.., not to exceed $__________. SUB-CLIN 0003AC: Accounting for Contract Services. Accounting for Contract Services. Report Due NLT October 31, 2009 for contract period 1 October 2008 through 30 September 2009, unit price x 1 ea ch = extended price_______________; CLIN 0004: A/C Maintenance Stulz Telephone Switch. NON PERSONAL SERVICES: Furnish labor, parts, materials, supplies, and equipment necessary to provide maintenance support of Stulz Telephone Switch Air Conditioners in accordance with the following scope of work during the base period of the contract, March 1, 2009 through September 30, 2010. SUB-CLIN 0004AA: Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stu lz Telephone Switch in accordance with (IAW) Performance Work Statement (PWS), performance period will be for 12months, October 1, 2009 through September 30, 2010 unit price x 12 months = extended price_______________; SUB-CLIN 0004AB: Replacement of part s not included in CLIN AA, such as condensers, compressors etc.., not to exceed $__________. SUB-CLIN 0004AC: Accounting for Contract Services. Accounting for Contract Services. Report Due NLT October 31, 2010 for contract period 1 October 2009 through 30 September 2010, unit price x 1 each = extended price_______________; CLIN 0005: A/C Maintenance Stulz Telephone Switch. NON PERSONAL SERVICES: Furnish labor, parts, materials, supplies, and equipment necessary to provide maintenance support of Stulz Telephone Switch Air Conditioners in accordance with the following scope of work during the base period of the contract, October 1, 2010 through September 30, 2011. SUB-CLIN 0005AA: Furnish all labor, parts, materials, supplies and equipment necessary to provide maintenance support of the Stulz Telephone Switch in accordance with (IAW) Performance Work Statement (PWS), performance period will be for 12months, October 1, 2010 through September 30, 2011 unit price x 12 months = extended price_______________ ; SUB-CLIN 0005AB: Replacement of parts not included in CLIN AA, such as condensers, compressors etc.., not to exceed $__________. SUB-CLIN 0005AC: Accounting for Contract Services. Accounting for Contract Services. Report Due NLT October 31, 2011 for contract period 1 October 2010 through 30 September 2011, unit price x 1 each = extended price_______________; PERFOMANCE WORK STATEMENT FOR AIR CONDITIONER MAINTENANCE FOR THE STULZ TELEPHONE SWITCH AIR CONDITIONER MAINTENANCE SCOPE OF WORK 1. NON-PERSONAL SERVICES: Furnish labor, parts, materials, supplies, inspections and other related services necessary for preventive maintenance and emergency repair services on Stulz Telephone Switch Air Conditioners. 2. LOCATIONS: a. Bldg 1645 Randolph Road Two (2) 7.5 Ton Systems b. Bldg 710 Randolph Road Two (2) 5 Ton Systems c. Bldg 2601 Ringgold Road Two (2) 5 Ton Systems d. Bldg 5962 Rothwell Street Two (2) 5 Ton Systems e. Bldg 3436 Koehler Loop Two (2) 3 Ton Systems Make, model and serial number is as follows: BUILDING MAKE MODEL SERIAL # 1645-#1 COND HEATCRAFT FCB23SM T93D07790 #2 COND HEATCRAFT FCB23SM T93D07791 #1 AC STULZ MC442A 9301937 #2AC STULZ MC442A 9301937 5962#1COND HEATCRAFT FCB5SM T93D07796 #2 COND HEATCRAFT FCB5SM N/A #1 AC STULZ CCS-52AU 9301931 #2AC STULZ CCS-52AU 9301934 710#1COND HEATCRAFT FCB8SM T93D07793 #2 COND HEATCRAFT FCB8SM T93D07792 #1 AC STULZ CCS-70AU 9301935 #2AC STULZ CCS-70AU 9301936 2601#1COND HEATCRAFT FCB5SM T93D07794 #2 COND HEATCRAFT FCB5SM T93D07795 #1 AC STULZ CCS-52AU 9301932 #2AC STULZ CCS-52AU 9301933 3436#1COND HEATCRAFT FCB16SM T02G00536 #2 COND HEATCRAFT FCB16SM T02G00537 #1 AC STULZ MRU-381-A 02177009 #2AC STULZ MRU-381-A 02177008 3. Contractor shall be Stulz Certified or complete certification within 60 days of award of contract. 4. Contractor shall provide all specialized and general test, measurement, and diagnostic equipment, tools and repair parts necessary to accomplish scheduled services and repairs. If parts are expected to exceed $2,000.00 for a service, contractor shall contact Contracting Officer for prior approval. 5. Preventive Maintenance: Contractor shall perform semi-monthly maintenance to be scheduled with Government Representative normal duty hours of 07:30 AM to 04:00 PM, Monday through Friday. Scheduled semi-monthly maintenance shall consist of filter chang ing, cleaning condenser and evaporator coils, servicing humidifiers, lubricating motors, checking refrigerant pressures, checking air temperatures and monitoring unit operation. Contractor shall change water filters quarterly and humidifier canisters semi -annually. 6. Urgent/Emergency Response: Contractor shall respond on site within two (2) hours of notification of a requirement for repairs outside of regular maintenance schedule. 7. All buildings must maintain an operating temperature at 69 degrees, +/-2 and the humidity is 46%, +/-4%. 8. Contractor shall utilize only repair parts approved or certified by the equipment manufacturer. Contractor shall only respond to requests for service from the authorized Government Representative. 9. Upon completion of services, a written service report shall be provided to the Government Representative within 3 business days. The service report shall provide detailed information regarding the cause of the equipment malfunction and the corrective action(s) taken, to include: the time required to complete the work, price of labor (hourly rate), a list of repair parts used and the cost of each repair part. 10. In the event that cost data is not available to the Contractor when the services are performed, the initial service report shall include all information stated above except for prices. The Contractor shall provide the additional information in writing to the Government Representative within ten (10) days of completing services. ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data co llection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information included: (1) contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Be ginning and ending dates covered by reporting period; (4) Contractor name, address, phone number e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours ( including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible fo r providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transf er may be downloaded from the website. The following provisions and clauses apply: 52.212-1, Instructions to Offerors, Commercial Items; 52.212 -- Acquisition of Commercial Items Provisions and Clauses. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance (see FAR 15.304). Price and technical capability are more important than past performance. The contractor shall submit three references with proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbal anced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offe r, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (inc luding 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-36, Addendum to 52.232-36, (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC)., 52.222-41, 52.222-42, 52.222-44); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comm ercial Items (including 52.203-3, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023); 252.204-7004, Required Central Contractor Registration; 52.237-STATEMENT OF EQUIVALENT RATES FOR REDERAL HIRES (See paragraph (c)(2) of FAR Clause 52.212-5.) This s tatement is for information only; it is not a Wage Determination: Employee: Heating, Refrigeration and Air Conditioner Mechanic: WG-10; Monetary Wage / Fringe Benefits: $19.11 / 33.00%. SITE VISIT: A site visit will be scheduled for February 14, 2007 a t 2:00 PM. All interested parties shall meet at the Directorate of Contracting at 2418 N W Macomb Road, Fort Sill, Oklahoma, no later than 1:45 PM. Questions are due by 16 February 2007, COB. Responses will be sent by 4:00 PM, 20 February 2007. All qu estions shall be E-Mailed to lisa.g.slagle@conus.army.mil and mae.snyder@conus.army.mil The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil; Wage Determination 05-2525, Revision (2) dated 9/12/2006 is applicable to this solicitation. The government will evaluate quotes in response to this request and awar d a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upo n the best value to the Government in accordance with procedures in FAR 13.106-2(b). NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from other than small business concerns shall b e considered non-responsive and will be rejected. Invoices must match purchase order/contract in description and unit of issue. Invoices must include complete mailing address, complete contract/purchase order number, description, price, and quantity, payme nt terms, point of contact and phone number for notification in case of defective invoice. Fax transmissions of quotes shall be accepted, fax number 580-442-8014. All responsible sources may submit a quote which shall be considered. Direct all questions to Mae Snyder at 580-442-8895, E-Mail: mae.snyder@conus.army.mil.
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01228624-W 20070210/070208223220 (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 |