HVAC SERVICES

Solicitation Number: OM-CNCS-08-BL0001
Agency: Corporation for National and Community Service
Office: Procurement
Location: Office of Procurement Services
  • Print
:
OM-CNCS-08-BL0001
:
Combined Synopsis/Solicitation
:
Added: May 07, 2008 8:39 am
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information include in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Request for Quote Number/Reference Number is: OM-CNCS-08-BL0001. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-24 effective February 28, 2008. The solicitation incorporates by reference the following clauses and provisions: Federal Acquisition Regulation (FAR) 52.204-6; 52.204-7; 52.212-1; 52.212-3; 52.212-4; 52.222-20; 52.223-6; 52.232-17; 52.232-25; 52.233-1; 52.233-3; 52.237-2; 52.239-1; 52.243-1; 52.249-4; and 52.249-8.

The solicitation incorporates in full text the following clauses and provisions: 52.212-2; 52.212-3 52.252-2; 52.217-8; 52.232-18; 52.232-19; 52.212-5; (The following clauses listed in 52.212-5(b) and (c) are included by reference: 52.219-6; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.225-3; 52.232-34; and 52.222-41



**OFFERORS MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3 WITH THE QUOTATION.



The Corporation for National & Community Service intends to solicit and award a single Firm-Fixed-Price, Not-to-Exceed purchase order for one (1) Base Year and four (4) one (1) year options under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a full and open (Unrestricted) set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 561790.



**OFFERS MUST INCLUDE YOUR DUNS NUMBER, CAGE CODE, AND TAX PAYER IDENTIFICATION NUMBER (TPIN) IN YOUR RESPONSE TO THIS REQUIREMENT.



This Requirement is for:



CLIN 0001 – HVAC Services (On-Call)

(Base Year)

Quantity: 1 Unit of Issue: Lot Price: $________________NTE

(Not-to-Exceed)

The contractor shall be able to check and make necessary repairs to the HVAC system for the buildings specified within the statement of work. Normal Business Hours or Non-Business/Holiday Hours pricing will be utilized.



Normal Business Hours On-Call Pricing:

Trip/Call Ticket $________

1st hour of service $___________

Each additional ½ hour of service $_________

Parts will be a direct pass through with no mark up.



**Normal Business Hours On-call Pricing: The contractor must be able to provide services during normal business hours of 8:00am – 5:00pm PST Monday through Friday (except holidays) within 2 hours to the identified location to evaluate and repair the problem.



Non-Business/Holiday Hours On-Call Pricing:

Trip/Call Ticket $________

1st hour of service $___________

Each additional ½ hour of service $_________

Parts will be a direct pass through with no mark up.



**Non-Business/Holiday Hours On-Call Pricing: The contractor must be able to provide services during non-business hours seven days a week, 365-days a year including all U.S. and Federal Holidays. The contractor must respond within 2 hours to the identified location to evaluate and repair the problem.



CLIN 0002 HVAC Quarterly Services and Inspection

(Base Year)

Quantity: 4 Unit of Issue: Quarter Price: $______________



The contractor shall be able to perform the following minimum service needs:



• Fan coil units for all buildings

• Service pumps in pump rooms for all buildings

• Service all exhaust fans for all buildings

• Service make up air units in all buildings



• Check (clean, fix or replace, if necessary): Standard HVAC Equipment Inspection Tasks

o Air filters in units. Date filters at time of change

o Condenser coils for cleanliness or damage.

o Condenser fan blade for cracks or damage.

o Disconnects wiring for signs of overheating or damage

o Unit control panel wiring for signs of overheating or damage

o Electrical contactors, relays, and circuit board condition

o Indoor blower motor and fan mounting for cracks and damage

o Motor fan belts and adjust as required

o Indoor coil for cleanliness or damage

o Condensate pans and drain lines for cleanliness

o Compressor piping for visual signs of refrigerant leaks or oil leaks

o Refrigerant change and air temperature differential

o Compressor motor terminals for signs of overheating or damage

o Electrical connections for contactors, disconnects, and circuit breakers

o Heating units

o Gas valves and piping for leaks

o Burners and flames

o All heating safety controls

o All temperature controls and program

o All exhaust fan belts

o All supply and return air vents

o Economizer operation and pre-filter for cleanliness and damage

o Electrical disconnects switches





**Provide pricing for all four Option Periods. Price each option individually utilizing the format in CLIN 0001 and CLIN 0002.



Statement of Work

“HVAC Services for *NCCC Western Region”



The Corporation for National and Community Services (CNCS) has a requirement for a Contractor to provide HVAC Services at 3427 Laurel Street, McClellan, CA 95652. The Contractor shall provide all labor, management, equipment, personnel, tools, and supplies as necessary to perform the HVAC services for the facility. The Contract shall include emergency on-call services for its on-site HVAC Services. The specific locations are Buildings #922 (administrative building), #943 (cafeteria/training multi-purpose room), #945 (dormitory), #946 (dormitory) and #947 (dormitory).



Approximate Square Footage of each building is as follows:



Building 922 24,000 Square Feet (Administrative Building)

Building 943 9,800 Square Feet (Cafeteria/Training multi-purpose room)

Building 945 24,000 Square Feet (Dormitory)

Building 946 24,000 Square Feet (Dormitory)

Building 947 24,000 Square Feet (Dormitory)



General Services: The contractor shall be able to perform the following minimum service needs:



A. Normal Business Hours and Non-Business/Holiday Hours On-Call Pricing: (See CLIN 0001)

B. HVAC Quarterly Services and Inspection (See CLIN 0002)



Work/Service guarantees: All contractors shall provide a 100% satisfaction guarantee for the services, repairs, and/or new installations performed by the contractor.



Placing of a Call for Services: Residential Manager, Willie Holmes, will contact vendor for services. If Willie Holmes is unavailable, Vasco Espinoza De Gama, Deputy Director, or Lorraine Frias, Resource Manager will contact vendor for services.



Submission of Quotes

The Corporation for National & Community Service recommends that all quotations be sent via overnight carrier or hand carried to the Corporation.

All U.S. Postal Service deliveries are x-rayed, radiated, and scanned, which could delay or damage packaged materials.

Please send all quotations to the following address:



Corporation for National & Community Service

Attn: Brandon Lorthridge (Suite 8403B)

1201 New York Avenue, NW

Washington, DC 20525



All electronic quotations should be sent to the following email address:



blorthridge@cns.gov



Please reference the Solicitation Number/Reference Number in the Subject Line.

The Contractor shall verify receipt of all electronic documents.



FAXED QUOTATIONS WILL NOT BE ACCEPTED



THIS COMBINED SOLICITATION WILL CLOSE ON JUNE 28, 2008 AT 11:00AM EST



Quotation Content

The quote must include the following elements:



• Demonstration of experience in commercial and industrial HVAC services;

• Licensed and Bonded per State requirements (provide copies of license and bonding)

• Statement that contractor will supply all necessary materials to clean, fix, and/or make adjustments

• Contain resumes of personnel that will maintain and fix HVAC systems within this requirement. Resume must indicate personal experience with HVAC systems.



Evaluation of Quotes

In accordance with FAR 52.212-2(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. All factors other than cost or price when combined are significantly more important than cost or price. The following factors shall be used to evaluate offers:



1. Past Performance

2. Timeline. Ability to provide personnel within the specified time.

3. Qualifications of staff and experience and expertise.

4. Cost



Past Performance

The Government will evaluate the quality of the offeror’s past performance. This evaluation is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the offeror’s past performance will be used to evaluate the relative capability of the offeror and other competitors to successfully meet the requirement of the RFQ. Present/Past Performance will be accepted from private, local, state, and federal contracts. Please provide references in your quotation and the Corporation will contact the references that are provided in your quotation.



Questions

(1) All questions shall be addressed to the Contract Specialist at the following email address:

Brandon Lorthridge – blorthridge@cns.gov



Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Quotation (RFQ) Number in the subject line. Once questions are compiled they will be answered and posted to Federal Business Opportunities.



(2) Questions will be permitted from May 7, 2008 through May 14, 2008. Questions submitted after May 14, 2008 at 11:00am EST shall not be answered.
:
1201 New York Avenue, NW
Washington, District of Columbia 20525
:
3427 Laurel Street
McClellan, California 95652
United States
:
Brandon O Lorthridge,
Contracting Officer
Phone: 2026067576
Fax: 2026063488