Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

J -- Flag Mess Kitchen Equipment Maintenance - SOW/CLIN Breakdown

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
12AEB001
 
Archive Date
3/9/2012
 
Point of Contact
April E. Brock, Phone: 8138284723, Carlos A. Mayorga, Phone: 813-828-0486
 
E-Mail Address
april.brock.1@us.af.mil, carlos.mayorga@macdill.af.mil
(april.brock.1@us.af.mil, carlos.mayorga@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Cost Estimate/CLIN Breakdown structure. Statement of Work This is a combined synopsis/solicitation for commercial services and/or supplies 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 is a Request For Quote (RFQ) and the solicitation number for this requirement is F2VVHC1354AQ01. This acquisition is 100% set aside for small businesses. The 6 th Contracting Squadron, MacDill AFB, Florida, requires the following: The contractor shall provide all personnel, supervision, and other items and services necessary to perform Flag Mess Kitchen Equipment Maintenance Services as defined in this statement of work (SOW). DESCRIPTION OF REQUIREMENT: Routine inspections (which include no added labor charge) include the following (where applicable). Please note, this is only a maintenance contract, all additional repair work shall be handled separately. QUARTERLY: · Adjustments for proper combustion · Calibration of thermostatically controlled equipment · Electrical operations check · Safety device checks · Check for wear and proper operation of mechanical parts (doors, valves, etc.) · Check and clean pilots burners and check for operation · Clean filters and drain lines · Check the HOSHIZAKI ice machine. o Replace filters o Observe an ice harvest for normal operation o Clean ice production and storage · Check BALLY walk in refrigerator and freezer v Evaporator Components o Check for proper defrost o Check defrost heaters o Check motors and fans o Check motors rotate freely. Lubricate if necessary o Check drainage o Clean evaporator coils o Check defrost heater amperage in all circuits v Compressor Components o Check electrical component o Check condition of refrigerant line insulation o Check refrigerant levels and refill if necessary o Check refrigerant sub-cooling o Check refrigerant superheat at compressor o Check discharge line temperature at the compressor o Check capillary tubes for vibration wear o Check voltage for balance and over-current o Check amperage for balance and over-current v Condenser Components o Clean condenser coils o Check motor and fans. See motor rotates freely o Lubricate motors if necessary · Check Blast Chiller o Check door seals on a regular basis for damage and always replace them when split. o Clean air vents o Clean all condenser coils. o Clean fan blade on the condensing unit. o Clean and disinfect drains with a solution of warm water and mild detergent. o Clean all gaskets SEMI_ANNUAL · Delime steam equipment semi-annual (inclusive of chemical) Labor performed under this agreement is limited to the inspections described. Service Times: Inspections will be performed during normal working hours, 8:00 a.m. - 3:00 p.m., Monday through Friday, excluding Holidays. The SOW and Contract Line Item Number (CLIN) Breakdown will be uploaded to this website with this combined synopsis/solicitation and can be downloaded once it is posted. All offers shall include pricing for a base year and four option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 2 February 2012, DFAR DPN 20120130 (Effective 30 Jan 2012), and AFFAR AFAC 2012-0104. The North American Industry Classification System code (NAICS) is 811412, with a Small Business Size Standard of $14 million. This requirement is being solicited as 100% Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting ) FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered, unless already listed in the ORCA database, see https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR Clause 52.217-8, Option to Extend Services and 52.217-9, Option to Extend the Term of the Contract, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts), FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0267, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.(d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number, if you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in CCR database will make an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/12AEB001/listing.html)
 
Place of Performance
Address: Service is procured on behalf of USCENTCOM, 7115 S Boundary Blvd MacDill AFB (Tampa), FL 33621, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02674083-W 20120215/120213235631-5baad34b6accc62feb75b04fdddc142f (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.