REQUEST FOR QUOTATIONS

(RFQ) NUMBER SUP300-17-Q-0038

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, SUP300-17-Q-0038

·  Schedule Of Supplies/Services/Prices (Block 20/ Block 23) Description/Specifications/Work Statement

·  Attachment A - Air-conditioning system to be replaced

·  Attachment B - Compliance Acknowledgment of Safety Guidelines

Section 2 - Contract Clauses

·  Contract Clauses

·  Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

·  Solicitation Provisions

·  Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

·  Evaluation Factors

·  Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Offeror Representations and Certifications

·  Offeror Representations and Certifications

·  Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SECTION 1 - THE SCHEDULE

SCHEDULE OF SUPPLIES/SERVICES / PRICES (Block 20 / Block 23) DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

1.  General

This Scope of Work (SOW) is for installation of Variable Refrigerant Flow (VRF) Inverter Multi Air-Conditioning System at the USG Owned Property known as CMR (Chief of Mission Residence) that is located at 5 Pokrovska Street, Kyiv, Ukraine.

1.1 Introduction

The U.S. Embassy in Ukraine has a need of qualified contractor to replace the old VRF Inverter Multi Air-Conditioning System (Attachment A) with a new one at the CMR. This project requires an experienced contractor to execute the installation of VRF Inverter Multi Air-Conditioning System.

1.2  Abbreviations

1.2.1  Point of Contact (POC)

1.2.2  Contracting Officer (CO)

1.2.3  Contracting Officer Representative (COR)

1.2.4  Government Technical Monitor (GTM)

1.2.5  Post Occupational Safety and Health Officer (POSHO)

1.2.6  Assistant Post Occupational Safety and Health Officer (APOSHO)

1.2.7  Personal Protective Equipment (PPE)

1.2.8  Occupational Health and Safety Act (OSHA)

1.2.9  Compound Access Control (CAC)

1.2.10  Air-Conditioning System (AC)

1.3 Objectives

The objective is to demolish the existing AC system and install new Variable Refrigerant Flow (VRF) Inverter Multi Air-conditioning System. Minimum two years warranty must be provided for workmanship. The contractor should use materials with the manufacturer’s warranty of not less than two years.

2.  Scope of Work

2.1 Design

2.1.1 The AC must meet the following requirements:

- Type of AC: VRF Inverter Multi Air-conditioning System

- New condensing unit/heat pump (Outdoor unit) must correspond in cooling (29kW)/ heating (32.5kW) capacity to the old outdoor unit (KX1). See Attachment A.

- Fan coils (cassette-type indoor units) projected in place of old cassette-type units should be of the same sizes.

-The power consumption of new system should not exceed the power consumption of old system (cooling- 12.4kW, heating – 9.2kW). See Attachment A.

2.1.2 Design must be submitted to the COR for approval prior to installation.

2.2 Construction

2.2.1 Demolish the existing AC system and dispose its elements according to the COR directives.

2.2.2 Install AC in accordance with the approved contractor specification.

2.2.3 Remove any debris daily and dispose them in accordance with the local laws. The Contractor should protect all existing surfaces and equipment in the area of work. Protection materials should be provided by the contractor. The contractor will repair or replace at his own cost if anything damaged due to the negligence of the contractor.

2.2.4 Repair or replace all defective and non-conforming work as directed by the COR.

2.2.5 Remove all tools, trash, and debris from the work site and contact the COR for final inspection.

2.3 Supplies and Tools

2.3.1 The contractor shall provide all necessary tools and equipment to perform the work.

2.3.2 All materials will be furnished by the contractor. Contractor shall use high quality materials with minimum two years of manufacturer warranty.

2.4 Safety Practices

2.4.1 Contractor shall follow Safety policy and be subject to review of safety practices by the GTM, COR, POSHO, and APOSHO.

2.4.2 Each contractor performing maintenance/contract work in a US Government facility shall be subject to the provisions of the OSH Act of 1970, and the current safety standards including OSHA 1910 (general industry) and 1926 (construction).

2.4.3 All on-site employees of the Contractor and its Subcontractors shall be required to perform this SOW according to the standards, policies and procedures equal to or more stringent than those found in OSHA’s latest edition of the 1910 (General Industry) & 1926 (Construction).

2.4.4 It is the contractor’s responsibility to promote good safety practices and eliminate hazards during the performance of work.

2.4.5 Work must be performed in a manner that provides a safe environment for the workers and Embassy personnel and visitors.

2.4.6 The contractor is responsible for ensuring that their employees comply with all applicable regulations, industry accepted safety practices and guidelines, as they apply to their discipline of work.

2.4.7 All products and supplies to be used by contractor shall not endanger the safety and health of building and property occupants, and shall be safe for the environment and comply with local laws, policies, standards and regulations.

2.4.8 Contractor will use all necessary P.P.E. to perform all cleaning and maintenance tasks and will ensure safety procedures are followed.

2.4.9 Contractors shall be responsible for reporting all incidents immediately to the APOSHO in person or by telephone.

2.4.10 Contractors are responsible to ensure that all of the contractor’s staff and any sub-contractors have been made aware of the Safety Practices in this SOW, as a minimum, and agree to compliance and sign the Compliance Acknowledgment. See Attachment B.

2.4.11 A copy of the Compliance Acknowledgment must be kept at the work site for the duration of the project for each contractor/sub-contractor.

3.  Requirements and Deliverables

3.1 The contractor must submit a list of personnel with ID type and numbers as well as the vehicle plates and models to the COR within 24 hours of notice to proceed. Security clearances must be completed on all personnel prior to being granted access to the CMR.

3.2 The contractor must submit the design drawings in electronic and paper formats for COR approval within ten (10) calendar days after contract award.

4.  Place of Performance/Hours of Operation

4.1 All work is to be performed on site at the CMR (Chief of Mission Residence)

4.2 The CMR is located at 5 Pokrovska Street, Kyiv, Ukraine.

4.3 The general dimensions and elevations: Height of the fence is 6 m.

4.4 Contractor personnel will report to the Service Controlled Access Center (SCAC).

4.5 The work has to be scheduled between 8:00 AM and 6:00 PM, Mondays through Fridays. No work should be planned for the American and Ukrainian official holidays. The information about official holidays is provided below.

2017 Holiday List

August 24 Thu Ukraine Independence Day
September 4 Mon U.S. Labor Day
October 9 Mon U.S. Columbus Day
October 16 Mon* Ukraine Ukrainian Defenders Day
November 10 Fri U.S. Veterans Day

4.6 The contractor shall plan, coordinate, and schedule all work which will cause excessive noise, dust, and/or an interruption in service (loss of use) with the COR or his representative. Notification shall include the hours and dates of the service interruption and must be made at least 48 hours in advance. The contractor must schedule work to maintain flexibility since construction work may not be granted on the date(s) requested.

4.7 No contractor vehicles will be left on the premises over night or when work is not in progress.

4.8 The Project start shall commence with contract award. The work shall be completed in six weeks period.

5.  Security

The work to be performed under this contract requires that the contractor, its employees and sub-contractors submit corporate, financial and personnel information for review by the Embassy. The contractor shall submit this information including service vehicle requirements within 24 hours of the notice to proceed. Security clearances must be completed on all personnel prior to being granted and commencement of work.

6.  Pricing

6.1 The Contractor shall complete all work, including furnishing all equipment, material, labor and services required under this contract for the following firm fixed price. This price shall include all labor, equipment, materials, overhead and profit.

6.2 VALUE ADDED TAX. Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices.

6.3 The Offeror may submit prices in Ukrainian Hryvnyas or in the US dollars. In case the prices are submitted in the US dollars, the payments will be performed anyway in Ukrainian Hryvnyas (prices will be converted based on the official exchange rate USD/UAH of the National Bank of Ukraine on the date of invoicing).

6.4 Pricing Table

Line Item No. / Line Item Name / Price, VAT excluded
(indicate currency: USD or UAH)
1 / VRF Inverter Multi Air-Conditioning System
(indicate manufacturer and model)
2 / Installation works and all other expenses (including cost of materials, transportation, etc.)
TOTAL, VAT excl.
VAT
TOTAL, VAT incl.

6.5 QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)
6.5.1 The services being performed hereunder and the supplies furnished will be inspected from time to time by the COR, or his/her authorized representatives, to determine that all work is being performed in a satisfactory manner, and that all supplies are of acceptable quality.

6.5.2  The Contractor shall be responsible for any countermeasures or corrective action, within the scope of this contract, which may be required by the Contracting Officer as a result of such an inspection.

6.5.3 This plan provides an effective method to promote satisfactory contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to monitor quality to ensure that contract standards are achieved.

Performance Objective / Scope of Work Para / Performance Threshold
Services.
Performs all services set forth in the scope of work. / 1 through 5 / All required services are performed and no more than one (1) customer complaint is received per month.

ATTACHMENT A - AIR-CONDITIONING SYSTEM TO BE REPLACED

ATTACHMENT B - COMPLIANCE ACKNOWLEDGEMENT OF SAFETY GUIDELINES

Compliance Acknowledgment of Safety Guidelines

I, the undersigned, have read, reviewed and acknowledge my understanding of the Compliance Guidelines, as set forth in the SOW document. In addition, my company and its employees are committed to the implementation of these items. We also realize that these statements are global, and the safety rules and regulations presented are minimum guidelines that must be followed:

Contractor Name ______

Date______

Name of Company______

Safety Representative Business Phone ______

24 Hour Emergency Contact ______

Authorized Signature ______

SECTION 2 - CONTRACT CLAUSES

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERICAL ITEMS (JAN 2017), is incorporated by reference (see SF-1449, Block 27A)

FAR 52.212-5Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Jan2017)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1)52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2)52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov2015).

(3)52.233-3, Protest After Award (Aug1996) (31U.S.C.3553).

(4)52.233-4, Applicable Law for Breach of Contract Claim (Oct2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (1)52.203-6, Restrictions on Subcontractor Sales to the Government (Sept2006), with AlternateI (Oct1995) (41U.S.C.4704and10U.S.C.2402).

__ (2)52.203-13, Contractor Code of Business Ethics and Conduct (Oct2015) (41 U.S.C. 3509)).

__ (3)52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

X (4)52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

__ (5) [Reserved].

__ (6)52.204-14, Service Contract Reporting Requirements (Oct2016) (Pub. L. 111-117, section 743 of Div. C).

__ (7)52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct2016) (Pub. L. 111-117, section 743 of Div. C).

X (8)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct2015) (31 U.S.C. 6101 note).

__ (9)52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul2013) (41 U.S.C. 2313).

__ (10) [Reserved].

__ (11)(i)52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov2011) (15U.S.C.657a).

__ (ii) Alternate I (Nov 2011) of52.219-3.

__ (12)(i)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15U.S.C.657a).

__ (ii) Alternate I (Jan2011) of52.219-4.

__ (13) [Reserved]

__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov2011) (15U.S.C.644).

__ (ii) AlternateI (Nov2011).

__ (iii) AlternateII (Nov2011).

__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June2003) (15U.S.C.644).

__ (ii) AlternateI (Oct1995) of52.219-7.

__ (iii) AlternateII (Mar2004) of52.219-7.

__ (16)52.219-8, Utilization of Small Business Concerns (Nov2016) (15U.S.C.637(d)(2)and (3)).

__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan2017) (15U.S.C.637(d)(4)).

__ (ii) AlternateI (Nov2016) of52.219-9.