Sources Sought Notice – HVAC CLEANING IN HONOLULU
Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: HVAC CLEANING IN
Classification Code: 41 - Refrigeration, air-conditioning & air circulating equipment
Solicitation Number: NAAJ7200-14-00494SRG
Contact: Suzanne A Romberg-Garrett, Phone 303-497-5110, Email [email protected]
Setaside: N/AN/A
Place of Performance (address): NOAA PRC1897 RANGER LOOP BLDG 184
Place of Performance (zipcode): 96818
Place of Performance Country: US
Description:
Western Acquisition Division-Boulder
REQUEST FOR INFORMATION - VENDORS SOUGHT STATEMENT OF WORK
PURCHASE REQUEST NAAJ7200-14-00494SRG
We are hoping to have this as a Base and 4 Option Periods if the total amount does not exceed the simplified threshold of
Section C - Description/Specifications/Work Statement
C.1 Scope of work
The Contractor shall provide personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to provide two (2) scheduled computer room cleanings of the exterior hardware, tops of floor, and under-floor plenum of one (1) data centers, one (1) main distribution frame (MDF), two (2) intermediate distribution frame (IDF), 13 Telecommunication Rooms, one (1)
C.2 Location
Services to be provided at location:
National Oceanic and Atmospheric Administration Daniel K. Inouye Regional Center (IRC) 1845 Wasp Boulevard
C.3 Services Required
a. All work shall be accomplished taking special consideration of the data processing environment. The Contractor shall be aware that all work takes place in and around, extremely expensive and critical computer equipment. The facility will be in use during execution of cleaning and inspecting. The computer hardware and air conditioning equipment will be continuously running during the performance of the cleaning and cleanliness inspection services. The contractor must employ cleaning techniques that do not disturb or disrupt the ongoing operations of the installed computer and air conditioning equipment.
b. The level of cleanliness shall be as specified herein. The MDFs, IDFs, server rooms, and LAN rooms equipped with Raised Access Flooring shall comply with protocol according to
The Assessment, Cleaning and Restoration of HVAC Systems shall comply with ACR 2006 published by the
c. Cleaning is to include an environmental report based on the ISO 14644-8 standard typical of data processing facilities, and ACR 2006 for ductwork.
Air quality testing results shall be provided by the Contractor prior to and at the completion of the cleaning to include, but is not limited to:
* Particle counts and condition of computer room and sub floor Plenum * Proper cleaning techniques * Visible inspection of equipment and above floor surface * Concrete sub floor deck seal inspection * Certificate of clean environment * Recommendations and conclusions
Air testing equipment shall be provided by the Contractor and it must be of industry approved standard and have been certified as calibrated within six (6) months of the test. Contractor shall provide proof of calibration.
C.4 Exterior Hardware Cleaning
a. The Contractor shall decontaminate the information technology (IT) equipment using techniques to remove dirt, dust and other contaminants that guard against damage or disruption to operations.
b. No spraying of any liquid near equipment is permitted.
c. The Contractor shall vacuum using an
d. When using wipes, the wipes shall be an environmentally friendly zero-residue static-dissipative cleaner for hard surfaces time tested for use on the materials used in the manufacture of modern technical equipment.
e. Vacuum intake and exhaust vents on hardware devices with HEPA/ULPA CRV.
f. All MSDS have the required anti-static ion base according to class 100,000 standards.
g. HEPA/ULPA CRV and/or hand wipe all cabling and racking including tape media rack with "anti static solution."
C.5 Tops of Floor
a. The Contractor shall safely remove dust and dirt from all types of tile and concrete floor surfaces.
b. The floor, including accessible areas beneath hardware devices, shall be HEPA vacuumed thoroughly before beginning any mopping. The HEPA filtered vacuum shall be certified to 0.3 microns.
c. The floor shall be cleaned using a data center and floor manufacturer approved heavy-duty static control detergent concentrate for cleaning access flooring panel surfaces in critical environments.
d. Perforated floor tiles will be shaken and hand wiped with microfiber towels.
e. Floor surfaces will be safely damp mopped, being careful not to allow water to leak into the under-floor and cables, as many times as needed to remove residual contaminants.
f. The Contractor shall use extreme care with any liquid to avoid activating the under-floor moisture sensors. Any liquid used shall be kept at a bare minimum.
C.6 Under-Floor Plenum Cleaning
a. The Contractor is required to clean under the raised floor using ULPA vacuum cleaners and dust attractive cloths.
b. The work include systematically lifting all accessible tiles not under permanent mounted equipment and vacuum the under floor area including the underside of the floor panels, stringers, and pedestal heads.
c. The under floor area shall be cleaned in order to meet ISO standard 14644, class 8.
d. The raised floor tiles shall be removed and replaced in incremental sections at one time to ensure stability of room temperature, hardware units are safely supported, and the best access to the space under the floor will be achieved with minimum disruption.
e. All floor surfaces including accessible areas beneath cables, pipe and boxes will be ULPA vacuumed.
f. Movement of any installed equipment is not permitted. The floor panels should be removed with an approved floor panel lifting device. Approved lifting devices is as follows: Suction Cup Lifters. Note: The use of screwdrivers, pliers, or other objects to pry and lift panels is prohibited.
C.7 Supply, Return, and Outside Air Ducts
a. The follow on HVAC system cleanliness inspection, at two-year intervals, shall include a determination of the level of mold contamination (Condition 1, 2 or 3) and other biological activity following ACR 2006.
b. The Contractor shall routinely inspect the HVAC supply and return ductwork for cleanliness by visual means following the minimum intervals recommended in ACR 2006.
c. The supply duct cleanliness inspection shall consider a representative portion of supply system components including, but not limited to, supply ducts. controls, mixing/control boxes, and other internal components.
d. The return duct cleanliness inspection shall consider a representative portion of return system components including, but not limited to, return ducts, dampers, return plenums, make-up air plenums and grilles.
e. The supply, return, and outside air ducts shall be cleaned when the HVAC Cleanliness Inspection confirms HVAC system contamination. The Contractor shall insure components to be cleaned by using machinery/devices that are designed to perform cleaning services without damaging HVAC system.
f. Inlet air devices shall be cleaned as part of the overall HVAC system(s) in buildings.
g. Environmental engineering controls shall be used to assure worker safety and health, and to prevent cross contamination. The effectiveness of environmental engineering controls may be demonstrated through the use of monitoring devices such as laser particle counters, digital pressure differential manometers, and other analytical or measuring devices.
h. The Contractor shall provide visual proof either record on tape or video camera to show the condition of the ducts before and after cleaning. The same process for mold remediation to be applied when warranted. The Contractor shall show and/or provide data only to Contracting Officer.
i. The Contractor shall remove and re-install systems dampers, diffusers, grilles, louvers, and vents back in their original position as part of the duct cleaning process.
j. The Contractor shall not reposition any dampers, diffusers, vents, grills, and louvers air flow mechanism from its original position during re-installation..
k. The Contractor shall provide an environmental report for the computer room cleanings which will include information such as air-borne particle readings, temperature, humidity, air leaks, future contamination issues, and any problems encountered during the cleaning process. Psychometric readings taken will be benchmarked to ISO 14644 class 8 standard for data center operation.
C.8 Cleanup
a. The Contractor shall keep the worksite cleaned by insuring all debris and equipment be removed from the jobsite daily.
b. Walls, baseboards, ceilings, and other surfaces shall be free of splashes and markings from the equipment and materials used. After services are completed, the Contractor shall ensure that all waste or unused materials are removed from the area and building, and any items moved during the inspection/cleaning process be replaced in their original location. The Contractor shall replace an y tile or material damaged during the inspection/cleaning process at no additional cost to the Government.
c. Any pathway used during the process of inspecting and cleaning shall be left in a clean state. All areas within the pathway shall be cleaned, dried, and left free of dirt and grime
C.10 Furnished by the Government
The Government shall provide the following items:
a. Electrical power - Sufficient 110v outlets for the Contractor to operate equipment to conduct the inspection/cleaning.
b. Hot and cold water - A janitor's closet with water source is located in each building.
C.11 Furnished by the Contractor
a. The Contractor shall ensure all workers must be qualified to perform computer room cleaning, HVAC cleanliness inspection, and duct cleaning by providing Contracting Officer Representative (COR) all worker's certificates and/or qualifications for approval prior to service or work performed.
b. The Contractor shall utilize personnel with documented Data Center Cleaning, HVAC cleanliness inspection, and duct cleaning background experience of a minimal of 12 months. No day laborers shall be used.
c. The Contractor shall furnish all equipment necessary for the performance of the work. Such equipment shall be of the size and type customarily used in work of this type, and shall have been approved by the COR prior to the first scheduled inspection and/or cleaning. All equipment shall be
d. All vacuum equipment shall utilize anti-static tools to avoid electrostatic discharge.
e. All equipment shall be fully grounded, and shall be equipped with three prong-molded plugs, and shall only be plugged into receptacles specifically indentified for use by the cleaning crew. No equipment shall be plugged into receptacles which are an integral part of any computer or pieces of electrical equipment. Any receptacle or receptacle plate damaged by improper use shall be repaired or replaced at the expense of the Contractor.
f. The Contractor shall furnish all supplies necessary for the performance of this contract. All materials furnished shall be available for inspection and approval by the COR.
g. Any supplies or materials which the COR determines is unsuitable for cleaning or harmful will be replaced with acceptable material by the Contractor.
h. All materials used shall be of the anti-static and non-flaking type. Cleaners shall not contain ammonia or dangerous solvents.
C.12 Phase-In Period
The period of time between the contract award and the start date will constitute the phase-in period. During the phase-in period, the Contractor shall prepare to assume full responsibility be the end of the phase-in period.
C.13 Phase-Out Plan
a. The Contractor shall establish and implement plans for an orderly phase out of operations at the completion of this contract. The Contractor's phase-out procedures shall not disrupt or inversely impact the day-to-day conduct of NOAA business. The Contractor shall develop a phase-out plan to affect a smooth and orderly transfer of contract responsibilities in the vent of transition to a succeeding contract. The phase-out plan should be approved in writing by the COR, and shall be provided no later than 30 days after contract award.
b. The plan shall at a minimum address the following:
* Removal of contractor property.
* Clean up of Contractor work areas.
* Any other actions required to ensure continuity of operations.
C.14 Unique Requirements
a.
b. LEED Green Cleaning Program at NOAA IRC. The Contractor shall take every precaution to ensure that only safe and environmentally preferable products meeting the criteria under
C.20 Performance Requirements Summary (PRS)
a. The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally acceptable quality levels of service required for each requirement.
b. The PRS and the Contractor's Quality Control Plan (QCP) provide information on contract requirements, the expected level of contractor performance, and the expected method of Government validation and confirmation of services provided.
c. These thresholds are critical to mission success.
Performance Objective PWS Para Acceptable Quality Level Remedy Method of Assessment Exterior Hardware Cleaning C.4, inclusive Compliance with ISO 14644-8 Re-performance within two hours of notification. Environmental Report Tops of Floor C.5, inclusive Compliance with ISO 14644-8 Re-performance within two hours of notification. Environmental Report Under-Floor Plenum Cleaning C.6, inclusive Compliance with ISO 14644-8 Re-performance within two hours of notification. Environmental Report Supply, Return and Outside Air Ducts C.7, inclusive Compliance with ACR 2006 Re-performance within two hours of notification. Environmental Report Cleanup C.8, inclusive 0 defect per month Re-performance within two hours of notification. Periodic validation, random inspection by the COR. Unique Requirements C.14, inclusive 0 defect per month Re-performance within two hours of notification. Periodic validation, random inspection by the COR. Quality Control C.21 1 valid defect per month Contractor shall provide a written Corrective Action Report. Periodic validation, random inspection by the COR.
C.21 Quality Control Plan (QCP)
a. The Contractor shall establish and implement a complete Quality Control Plan (QCP) to assure the requirements of the Contract are met. The QCP is a system for identifying and correcting deficiencies in quality of services before the level of performance becomes unacceptable. The draft QCP shall be prepared by the Contractor and provided to the CO and COR as part of the bid package for review and acceptance by the Government.
b. The QCP is a living document and may be subject to change depending on the needs of the contract. When the QCP is revised the Contractor is required to provide an updated QCP, maintenance schedule, and listing of current employees to the CO and COR for acceptance.
c. The QCP shall include the following, as a minimum:
* Address the areas identified in Paragraph C.20, Performance Requirements Summary. * An inspection plan or checklist tailored to the specific building(s) being inspected, cleaned, and serviced under this contract. The inspection plan or checklist shall detail how services at the work site shall be inspected/tested to ensure that the outcome of the work meets all quality standards set forth in the Contract and shall include, but is not limited to: 1) Date of inspection performed. 2) Location of inspection. 3) Description of findings. 4) Description of action(s) taken (if necessary) 5) Signature and date of completion * A training program to ensure that Contractor employees are capable of successfully accomplishing all work task(s) under this contract. * How Contractor shall monitor deficiencies of work output in relation to the Contractor's performance standards, methods of informing employees of deficiencies in the area(s) of responsibility, and a process to ensure that the deficiencies are corrected and do not reoccur.
C.22 Quality Assurance
The Government will periodically evaluate the Contractor's performance in accordance to the Quality Assurance Surveillance Plan (QASP). All surveillance observations will be recorded by the Government.
C.23 Periodic Validations
a. This method requires the COR to employ a "spot check" style of evaluation. Periodic validations will be conducted after receipt of the environmental report.
b. Any unsatisfactory inspection (defect) result shall be recorded, and the Contractor shall re-perform the service within two (2) hours after notification.
c. Exceeding the performance threshold of these performance objectives in any one month period shall result in a warning or letter of concern from the CO.
d. Exceeding the performance threshold for performance objectives for any two or more consecutive inspection/cleaning during the contract period shall constitute an immediate Progress Meeting with the CO and COR.
C.24 Periodic Annual Progress Meetings
a. The CO and COR, and the Contractor shall periodically meet to discuss the Contractor's performance.
b. The minutes of these meetings will be reduced to writing, signed by the CO and any other signature as deemed appropriate. Should the Contractor not concur with the minutes, the Contractor will provide a written notification to the CO identifying areas of non-concurrence for resolution.
C.30 General Information
C.31 Hours of Operation.
The IRC hours of operation are
C.32 Federal Holidays
If these holidays fall on Saturday, then the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day post the holiday observance.
C.33 Base Closures
Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base.
C.34 Security
a. The Contractor shall comply with all DOC,
b. All contractor employees shall wear and display the NCACS credential at all times when on JBPHH. Contractor employees shall comply with any JBPHH security measure implemented at all times. This includes, but is not limited to, vehicle and goods searches and identification checks during times of increase security.
C.35 Vehicles and Passes
a. A base vehicle decal/pass will not be required for vehicles of NCACS participants, as the NCACS credential is used to access the base. However, if contractor personnel tries to access the base outside of the access restriction hours, entry will be denied.
b. Contractor vehicles are subject to search prior to entering, exiting, and while on JBPHH.
C.36 Traffic Laws
The Contractor and its employees shall comply with JBPHH traffic regulations.
C.37 Physical Security
At the end of each work period all Government facilities, equipment, and materials shall be secured.
C.38 Personnel
a. Contractor personnel shall present a neat appearance. Contractor personnel shall be easily recognizable while on the IRC campus in conjunction with this contract. This shall be accomplished through the wear of distinctive clothing, overcoats, or hats, bearing the company name or logo. The coloring or design of the items selected should be such that identifies personnel easily and quickly for reasons of safety and personal protection.
b. The Government is authorized to restrict the employment under the contract of any Contractor employee or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the IRC and its population.
C.39 Contracting Officer (CO) and Contracting Officer Representative (COR) Quality Assurance Personnel
The CO will appoint a primary and alternate representative for management of the day to day activities of the contract. The identity, tile, and authority of this representative will be provided in writing to the contractor after contract award.
C.40 Appendices
Appendix A - Map and Floor Plan Appendix B - Quality Assurance Surveillance Plan (QASP)
Appendix A - Map and Floor Plan
Map of
Floor Plan of Building 184
Floor Plan of Building 166
Building 130 - Area A
Building 130 - Area B
Building 130 - Area C
Main Facility First Floor - West
Main Facility First Floor - East
Main Facility Second Floor - West
Main Facility Second Floor - East
Main Facility Third Floor
Appendix B - Quality Assurance Surveillance Plan (QASP)
This Quality Assurance Surveillance Plan (QASP) has been developed for the computer room cleaning, and HVAC cleanliness inspection and supply and return ductwork service contract at the
A. Purpose of the QASP
1. The QASP is intended to accomplish the following:
a. Identifies the performance objectives based on the PBSOW in accordance with FAR Part 46.401(a)(1).
b. Identifies the performance quality level standards in accordance with FAR Part 37.601(a)(2).
c. Describes the methods of surveillance for NOAA to identify quality levels in accordance with FAR Part 46.401(a)(2).
d. Establishes a method to provide feedback to the Contractor regarding quality and timeliness of the service performance.
e. Establishes timeframes for the communication and performance improvement if needed.
2. The Contractor has developed a Quality Control Plan (QCP) that establishes procedures and responsibilities for controlling the quality of work to be performed. The Contractor is responsible for the implementation of the QCP.
B. Types of Work to be Performed
1. The Contractor performance in providing the following computer room cleaning, and HVAC cleanliness inspection and supply and return ductwork services shall be evaluated by the Government:
a. Exterior Hardware Cleaning
b. Tops of Floor
c. Under Floor Plenum Cleaning
d. Supply, Return, and Outside Air Ducts
e. Clean up
f. Unique Requirements
g. Quality Control
C. QASP Standard
Performance Objective PBSOW Paragraph Performance Threshold Exterior Hardware Cleaning Contractor professionally maintains a clean room support environment of all racks, furniture, vents, cabinets, control units, overhead pipes, lighting fixtures, shelves with anti-static interference suppressed equipment and anti static chemical using protocol according to IES standard
SURVEILLANCE: The Government COR will receive complaints from DKIRC personnel and pass them to the Contractor's Quality Control Inspector (QCI) for correction. The COR will also conduct periodic inspections for quality performance.
Validated Customer Complaint (VCC). Complaints will be validated by the COR and the Supervisor as validated customer complaints when the work consists of skipped or missed tasks. Example of customer complaints include large amounts of liquid on raised floors, mildew found on wall tile grout, torn plastic trash receptacle liner not replaced, etc.
For any deficiency noted, the COR will complete a Quality Deficiency Report and the Contractor will be notified either by telephone or email and all work must be completed by close of business same day if reported by
STANDARD: Customer complaints or QA findings do not exceed the performance threshold. The COR shall notify the contracting officer, if any of the above service areas exceed the performance threshold per month.
PROCEDURES: Any facility employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the COR, and the COR will complete appropriate documentation to record the complaint. The COR will consider the customer complaint valid upon receipt from the customer. The COR should inform the customer of the approximate time the unacceptable performance will be corrected, and advise the customer to contact the COR, if not corrected. The COR will consider customer complaints as resolved unless notified otherwise by the customer. The COR shall verbally notify the Contractor's Quality Control Inspector (QCI) to pick-up the written customer complaint. The QCI will be given two hours after verbal notification to correct the unacceptable performance. If the QCI disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the QCI will notify the COR. If the COR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COR will retain the annotated copy of the written complaint for his/her files. If after investigation the COR determines the complaint as valid, the COR will inform the QCI, and the QCI will be given an additional hour to correct the defect. A defect will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. The QCI shall return the written customer complaint document, properly completed with actions taken, to the COR, who will file the complaint for monitoring future recurring performance. Recurring customer complaints are not permitted for any of the above service items. If a repeat customer complaint is received indicating the same deficiency during the service period (month, quarter, etc.), the COR should contact the Contracting officer for appropriate action.
CLAUSES IN ADDITION TO ANY GSA ONES.
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (
FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (
FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (
FAR 52.208-9 CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY OR SERVICES (
52.217-8 OPTION TO EXTEND SERVICES (
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (
52.246-4 INSPECTION OF SERVICES-FIXED-PRICE (
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
FOR FULL TEXT OF A COMMERCE ACQUISITION CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (
CAR 1352.209-73 COMPLIANCE WITH THE LAWS (
CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (
CAR 1352.237-71 SECURITY PROCESSING REQUIREMENTS - LOW RISK CONTRACTS (
(1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 funding may be used to enter into a contract with any corporation that-
(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or
(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) The Offerer represents that, as of the date of this offer -
(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(End of provision)
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/MASC/NAAJ7200-14-00494SRG/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 5757 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News