The RFP Database
New business relationships start here

HMRT A/C Repair and Removal


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

STATEMENT OF WORK
UNITED STATES COAST GUARD HAZARDOUS MATERIALS RESPONSE TRAILER AIR CONDITIONING UNITS REMOVAL AND REPLACEMENT

1.0 Purpose.
The United States Coast Guard (USCG), Gulf Strike Team has a requirement for the removal and replacement of four (4) roof top mounted air conditioning units for one (1) each Hazardous Materials Response Trailer (HMRT).


2.0 Scope.


2.1 This Statement of Work (SOW) defines the removal and replacement of the air conditioning unit on one (1) HMRT, which consists of four (4) roof top mounted Condensers and the four (4) internally mounted Evaporators, to include the removal, preparation of the existing surfaces (inside and out) on the HMRT for installation, installation of the new units, and testing to insure proper operation of cooling and heating systems.


2.2 The existing air conditioning unit to be removed and replaced is Model Number 2KC30ABA, Voltage 208-230/1/60, F. L. AMPS C.13.4H, manufactured by Nordic Air, Inc. There will be a requirement to remove the existing R-22 refrigerant. The disposal of the R-22 must be in compliance with all State and Federal Environmental Protection Agency (EPA) Regulations.


2.3 The desired replacement unit is the HDT/Nordic Air Model #2KR28 heavy duty, self-contained air conditioning unit or an approved equivalent. The new unit must contain the R-407C refrigerant to be in compliance with all State and Federal EPA Regulations.


2.4 The contractor shall comply with all Occupational Safety and Health Administration (OSHA) Industrial Safety Practices concerning the removal and replacement of these air conditioning units.


2.5 The contractor shall be a licensed Heating, Venting and Cooling (HVAC) contractor and shall provide all parts, materials, labor, tooling, supervision, and containment equipment required, with the exception of Government Furnished Materials (GFM) detailed in section 4.0 of this SOW.


2.6 The HMRT is a mobile unit. The work to be performed will either be accomplished on-site at the USCG Gulf Strike Team or at the contractor's facility, if located with a reasonable distance. The reasonable distance will be determined by the Contracting Officer and/or the Government Point of Contac (POC) taking into account mileage, travel expenses, etc.


3.0 Major Tasks.


3.1 Removal and replacement of the old units. Removal and replacement of the four (4) Condensers and the four (4) Evaporators will be conducted either at the contractor's facility or on location at the USCG Gulf Strike Team, as approved by the Contracting Officer and/or Government POC.


3.2 Once the units have been removed and disposed of properly, the contractor is required to clean and prepare the existing surfaces of the HMRT (inside and outside), prior to installation of the new unit.


3.3 Installation of the new units. Contractor shall install the new units ensuring that the units have been correctly installed and wired.


4.0 Government Furnished Material (GFM).
If the work is to be performed on-site at the USCG Gulf Strike Team location, the Government will provide 1) Electricity (if needed) and 2) Any necessary lifting capabilities to gain access to the HMRT. Any other items will require prior approval by the Contracting Officer or Government POC prior to commencement of work.


5.0 Quality Assurance. The USCG reserves the right to review the contractor's work anytime during the performance of this contract. The Government POC will complete a final inspection and acceptance of all work performed.


6.0 Tobacco Policy.


6.1 If the work to be performed on-site, the USCG prohibits the use of smoking tobacco and smokeless tobacco in the workplace in order to protect the health of all it workers. The workplace includes any area inside a building or facility over which the USCG has custody and control where work is performed by active duty personnel, civilian employees, or personnel under contract to the USCG.


6.2 Contractors may only use tobacco products in designated smoking areas and are accountable for appropriately discarding their smoking material and/or spit tobacco. Tobacco spit and residue shall be held in containers with sealing lids to prevent odor and accidental spills and disposed of in a sanitary manner which prevents public exposure. Contractor employees found abusing the Tobacco Policy shall be subject to removal.


7.0 Period of Performance. It is estimated that the work being performed will take three (3) business days to complete whether on-site or at the contractor's facilities. For the work being performed on-site, work period shall be from 7:00 a.m. to 4:00 p.m. EST, Monday through Friday. Work to be performed outside these hours must be requested in advance and approved by the Contracting Officer prior to commencement of work. All work will take place in designated work areas.


8.0 Mishap/Incident Notification/Reporting.


8.1 For work being performed on-site, the contractor shall comply with all applicable Federal, State, and Local Safety Laws. Emergency services are available by dialing 911 from a facility phone or cellular phone. The contractor shall notify the Government POC or the Safety and Environmental Health Office (SEHO) within one (1) hour of all mishaps or incidents. This will include all exposure data and all accidents resulting in death, traumatic injury, or occupational disease, damage to property, materials, supplies, and equipment incidental to work performed under this contract. Note: It is the sole responsibility of the contractor to report recordable injuries of its employees to OSHA.


8.2 A written report of the safety mishap/incident shall be sent within three (3) calendar days to the Government POC, who shall forward it to the Safety Office. For information not available at the time of initial written report, the contractor shall provide the remaining information no later than twenty (20) calendar days after the mishap, unless an extension is granted by the SEHO. Mishap notifications shall contain, at a minimum, the following information:


• Contract, Contract Number, Name and Title of Person(s) reporting.
• Date, Time and Exact Location of accident/incident.
• Brief narrative of accident/incident (Events leading to accident/incident).
• Cause of accident/incident, if known.
• Nomenclature of equipment and personnel involved in accident/incident.
• Estimated cost of accident/incident (material and labor to removal/replace corrective actions (taken or proposed).
• Other pertinent information.


8.3 If requested by the Government POC, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the SEHO.


9.0 Environmental and Spills/Releases.


9.1 The contractor shall comply with all applicable Federal, State and Local Environmental Laws. If the contractor spills or releases any hazardous substance into the environment, the contractor or its agent shall immediately report the incident to the local Fire Department (See Section 12.0). The incident must also be immediately reported to the Government POC. If the amount released meets or exceeds the reportable quantity as listed in 40 CFR 302, the contractor or its agent shall immediately notify the National Response Center (1-800-424-8802). The liability for the spill or release of hazardous substances rests solely with the contractor and its agent.


9.2 If the work to be performed in on-site, the contractor shall provide the Contracting Officer and the Government POC proof of General Liability Insurance or Pollution Legal Liability Insurance for both the contractor and any sub-contractors prior to the commencement of services. The contractor shall also be liable for damages to Government property in the event such damages are found to be due to negligence on the part of the contractor and shall be a no cost to the Government.


10.0 Safety Requirements.


10.1 The contractor is solely responsible for compliance with all Federal, State, and Local laws, including, but not limited to, the OSHA Act (Public Law 91-596) and the resulting standards, and OSHA Standard 29 CFR 1910. The Government shall assume no liability of responsibility for the contractor's compliance or non-compliance with such requirements. In addition, the contractor is required to flow down the safety requirements/specifications to all sub-contracts/sub-contractors. Safety requirements listed herein that do not concern contractor's operations or services as mutually agreed by the Contracting Officer and the contractor shall be deleted by a modification to the contract.


10.2 The contractor shall be subject to safety inspections of its worksites by the Government. Contractor safety records shall be available up request by the Contracting Officer. The contractor shall be liable for, and shall indemnify and hold harmless, the USCG against all action or claims pertaining to the "personal" safety requirements of its employees. The USCG will NOT provide contractors with respiratory protection, safety shoes, prescription eyewear or any other Personal Protection Equipment (PPE). The contractor shall be responsible for determining and providing the correct PPE required, prior to any performance of work.


10.3 If the work to be performed is on-site, a hazardous material control program shall be in effect to inform employees of potential hazards if and when chemicals are used. The Safety Data Sheets (SDS) will be maintained on file IAW OSHA 29 CFR 1910-1200 and will be provided to contractor and sub-contractor employees for review of safety and health information. The SDS's for any hazardous materials that will be used in the performance of this contract shall be submitted to the Government POC prior to the contractor/sub-contract's arrival onboard the facility. Hazardous materials storage is the responsibility of the contractor and shall be in accordance with NFPA, as well as, Federal, State, and Local Environmental and Safety Regulations.


11.0 Liability Insurance.


11.1 The contractor shall procure and maintain insurance during the entire period of performance under this contract, IAW FAR 52.228-5, entitled "Insurance - Work on a Government Installation". The following minimum insurance is required:


11.1.1 Worker's Compensation and Employer's Liability. As required by applicable Federal and State, Worker's Compensation and Occupational Disease Statutes.


11.1.2 General Liability: Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $200,000 per person and $500,000 per occurrence.


11.1.3 Automobile Liability Insurance: Written on a comprehensive form of policy of at least $200.000 per person for bodily injury and $500,000 per occurrence for property damage.


11.1.4 Pollution Legal Liability Insurance: Required for both the contractor and any sub-contractors prior to the commencement of services. The contractor shall also be liable for damages to Government property in the event such damages are found to be due to negligence on the part of the contractor and shall be at no cost to the Government.


11.2 Prior to commencement of work hereunder, the contractor shall furnish to the Contracting Officer, a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government shall not be effective until thirty (30) days after written notice has been given and approved by the Contracting Officer.


12.0 Contractor Identification. All contractor and sub-contractor personnel will be required to wear and display badges provided by the contractor/sub-contractor identifying them as contractor/sub-contractor employee.


13.0 Contracting Officer's Authority. No oral or written statement by any person other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the contractor effects such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.


15.0 Government Point Of Contact's Information. The Government Point of Contact (POC) will be available to answer questions and coordinate the performance of work during regular business hours (Monday through Friday, excluding Government holidays, between the hours of 7:00 am to 4:00 pm). POC information will be provided at contract award.


16.0 Inspection and Acceptance.
The Government reserves the right to inspect the contractor's work at any time during the installation of the systems. The project will not be considered complete until the Government POC has inspected and accepted the work accomplished by the contractor.


Stacey Winborne, CWO, Phone 252-331-6000 x3003, Email stacey.w.winborne@uscg.mil - Jonathan Cooper, Preparedness Branch Chief, Phone 252-331-6000 x3011, Email Jonathan.A.Cooper@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP