Similar Projects
VISN 8 - Tampa, Gainesville, West Palm Beach, Bay Pines, Miami, Orlando, Florida and San Juan, Puerto Rico- Indefinite Delivery-Indefinite Quantity (IDIQ)
Term Contract
Post-Bid
Tampa, FL 33602

Housekeeping Services
Term Contract
Post-Bid
Gainesville, FL 32609

Annual Clear Board and Seal
Term Contract
Results
Gainesville, FL

Pest Control Services for Regional Transit System
Term Contract
Results
Gainesville, FL

HVACR Preventive Maintenance and Repair Services
Term Contract
Post-Bid
Gainesville, FL 32601

Gainesville Maintenance Concrete Sidewalk Replacement
Infrastructure
Results
$91,769 CJ est. value
Gainesville, FL 32601

Grounds Maintenance at City Fire Stations and Other Fire Administration Locations Rebid
Term Contract
Post-Bid
Gainesville, FL 32601

Annual Chiller and Cooling Tower Maintenance Service Program
Term Contract
Post-Bid
Gainesville, FL 32601

Reforestation of County Preserves FY22/23 ACF
Term Contract
Post-Bid
Gainesville, FL 32601

Purchase of HDPE Pipe
Term Contract
Post-Bid
Gainesville, FL 32601

Gru Kelly Generating Station Steam Turbine Generator Unit 8 Scrap Equipment Reclamation
Term Contract
Post-Bid
Gainesville, FL 32601

Brine Salt Disposal
Term Contract
Post-Bid
Gainesville, FL 32653

Annual Right of Way Mowing for County Roads
Term Contract
Post-Bid
Gainesville, FL 32601

Annual Limerock Hauling Services
Term Contract
Post-Bid
Gainesville, FL 32601

Disaster Related Recovery Services
Term Contract
Post-Bid
Gainesville, FL 32601

Last Updated 05/05/2023 03:35 PM
Project Title

HVAC Repairs and Monthly Services Gainesville FL

Physical Address View project details and contacts
City, State (County) Gainesville, FL 32601   (Alachua County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This work consists of performing normal preventative maintenance per manufacturers specifications on all HVAC equipment listed in section 2.0. Additional services for responding to emergency calls from the Department to troubleshoot and repair all Heating, Ventilation, and Air Conditioning (HVAC) Systems, and related equipment, at NWRC Gainesville will be paid on a time and parts quote and would be authorized as a negotiated Firm Fixed Price for repairs. 1.4 Background NWRC Gainesville was originally built in the 1950’s but was recently renovated in 2016 to include the installation of all new HVAC systems. This contract is a preventative maintenance contract for those systems. 1.5 Type of Contract This is a combination “firm-fixed-price” and “firm fixed price negotiated” for routine repairs, or emergency repairs as stated in contract. a. The line items established for annual, semi-annual, and quarterly preventative maintenance services will be paid on a firm-fixed-price basis (52.212-4). Each service is to be invoiced according to services provided. Payments will be made upon completion and acceptance of the work. The payment provided for in the contract shall constitute full compensation for furnishing all materials, equipment, and labor and performing all work under the contract in a complete and acceptable manner. The contract work shall include providing equipment, tools, supplies, labor, supervision, incidental materials, quality control, environmental protection, meeting safety requirements, transportation, and for performing all work required. 12639523Q0164 Solicitaition for HVAC System Maintenance and Repairs for USDA APHIS NWRC FL 17 of 75 Compensation for all work shown, specified, or essential to the completion of the project (whether or not the specified material or operation is indicated) shall be included in the total price. The payment provided for in the contract includes compensation for all risk, loss, damage, and expense arising out of the nature of the work or its prosecution, subject to the conditions of the contract. a. The line items established for Repairs and Parts will be paid upon FFP quote has been agreed upon and services have been completed. (1) Direct labor hours are to be single blended hourly rate (fully burdened) that include wages, overhead, general and administrative expenses, and profit; and (2) Actual cost for materials (except as provided for in FAR 31.205-26(e) and (f). The contractor shall obtain parts at the most advantageous prices available with due regard to securing prompt delivery of satisfactory material. Invoices for Repairs and Parts shall include detailed breakdown of total labor hours and parts required for the repair. See clause 452.216-74 “Ceiling Price”. The contractor shall not make expenditures or incur obligations in the performance of this contract which exceed the ceiling price specified as routine repairs. The ceiling price of this repairs portion of the contract is $1,500.00 total for time and parts each year period: Part costs are limited to $500.00. The cost of hourly repairs during regular business hours is limited to $500.00. The cost of hourly repairs during non-business hours is limited to $500.00. A quote must be supplied showing the specified repairs, part prices and labor as a Firm Fixed Price for complete repairs. Upon approval repairs may commence and payment be made by credit card payment (if within the micro purchase card limit) or by task order submitted by Contracting Officer(CO). Anything over and above the ceiling limit would be negotiated directly with the CO for approval and authorization. 1.6 Period of Performance This contract includes a base period of one year and four (4) option years. The option years may be unilaterally exercised by the Government in accordance with clause 52.217-9, Option to Extend the Term of the Contract. Services are anticipated to begin in May 2023. 1.7 Place of Performance USDA APHIS WS NWRC, 2820 E. University Ave, Gainesville FL 32601 1.8 Applicable Document Contractors are subject to background clearances. All employees of the contract who will be working on location must have an adjudicated background clearance completed prior to receiving access. Clearance forms and badges will be provided by the Federal Government. Contractor shall submit to the Contracting Officer’s Representative the names of the personnel who will be performing work under this contract during an on-site Pre-Service Meeting. The Contractor shall ensure that all security clearances are obtained. 1.9 SAFETY • All necessary safety precautions are the responsibility of the contractor. • All work will be performed in a professional, safe and orderly manner, and in • accordance with state and local laws. • The Contractor shall be well-informed of, and comply with, all Department of Environmental Protection (DEP) safety regulations, especially those which apply to entering confined areas. • The Contractor shall be well-informed of, and comply with, all Occupational Safety and Health Administration (OSHA) regulations. • No Firearms are permitted on Federal Property, in or around facilities. 2.0 Specific Requirements/Tasks This work is to provide HVAC System maintenance, troubleshooting, and repair services in accordance with the manufacturer specifications at NWRC Gainesville. Work will be initiated at the contractors timing per the manufacturers specifications. Contractor will provide a schedule at the start of every contract to reflect the upcoming schedule. Semi-annual services shall be scheduled every 6 months. Annual services shall be scheduled every 12 months. Work under this contract shall be performed during regular work hours. Normal working hours are Monday – Friday 8:00 am – 4:30pm. The contractor shall respond to requests for emergency repairs within 4 hours, on an as-needed basis 24 hours a day, seven days a week throughout the contract period. 3.0 Contractor Tasks/Responsibilities a. The contractor is responsible for the appropriate fees, licenses and permits as required for work. b. All services shall be performed under the guidelines of the EPA regulations for handling, disposal, storing, transporting, delivery, reclamation, recycling, recovery and reporting. c. All services shall be performed under the guidelines of OSHA regulations for jobsite safety and reporting. d. The Contractor shall comply with all Federal, state, and local regulations. e. Best commercial practices shall be applied in the performance of work. All work shall All work under this contract services shall be performed in a skillful and workman like manner. The Contracting Officer may, in writing, require the Contractor to remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable, or for theft, possession and/or removal of materials, supplies, equipment, or any Government-owned property. The Contractor will not be allowed to have any persons (family members or otherwise) on the premises to either work or accompany the Contractor or his/her employees during any performance of the contract. All contractors shall have a valid picture identification such as a driver’s license or a state identification card. All vehicles shall have proper insurance and registration for all vehicles entering the facility grounds. All contractors working at the facility shall remain in the area of the project. Anyone found outside of the designated work area will be removed from the facility and not allowed to return. No guns, firearms, ammunition and/or weapons of any kind are permitted on site, regardless of the permitting authority or where the item(s) is stored, secured or carried.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents