Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SOLICITATION NOTICE

41 -- 1800 TON CHILLER

Notice Date
5/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-02-T-0059
 
Response Due
5/17/2002
 
Archive Date
6/1/2002
 
Point of Contact
Doug Lambert, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430, - Stephen Johns, Contracting Officer, Phone 402-232-5990, Fax 402-294-0430,
 
E-Mail Address
douglas.lambert@offutt.af.mil, stephen.johns@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F25600-01-T-0059 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-06. This procurement is set aside for 100% small business. The North American Industry Classification System (NAICS) code is 336391. The business size standard is 750 employees. Offutt AFB intends to issue a purchase order for the following Services: Line Item 1 Repair motor on 1800 ton York chiller. The location of work is building 500, Offutt Air Force Base, Nebraska. The chiller characteristics are: York Millennium Model YKRERCJ4-DFC 4160 Volts 3 Phase 60 Hertz Compressor model YDHA90DD Serial # GMFM205283 The motor characteristics are: Reliance Electric Duty Master Large AC motor Frame 26QA581ODS ID# VYQ22162-AF-XZ 1431 Horsepower Type P 3600 RPM 4160 Volts 3 Phase 60 Hertz Enclosure PROT/LN Continuous Duty Drive End Bearing 75BC03J30X Opposite End Bearing 75BC03J30X York # 024-27801-021 Motor Weight 7500 Lbs The contractor shall remove the motor from the chiller and inspect/evaluate the motor. The motor shall be disassembled on site as required to determine the full extent of any repairs. The contracting officer shall be notified of any additional cost, above the work required herein, prior to proceeding with any additional work. Repair cost will include services as follows: Disconnect the electrical service to the motor, Uncouple the motor from the chiller compressor. Provide crane/rigging, personnel and equipment to remove the motor from the chiller and lower it to the boiler room floor. Disassemble the motor, Inspect and evaluate the stator and rotor and determine Whether the bearing journal and housing wear exceeds the manufacturer?s standard tolerance. Install new bearings on rotor. Reassemble the motor, re-install, realign and couple motor to the chiller compressor. Reconnect the electrical service. Test and checkout the repaired motor. Take motor vibration readings to establish a new base line. The chiller cannot be taken out of service between 15 June and 15 September. The chiller is located in the mechanical room BE5 at building 500. Access to the mechanical room for taking equipment in and out of the mechanical room is via an outside pit and a removable section of wall. The contractor will be required to provide all required rigging, cranes and associate materials and labor. Building 500 is located within a secure area of Offutt AFB. The contractor will be required to comply with all applicable security requirements, including coordination with government personnel to arrange for escorts and vehicle access. End of statement of work For Line Item 1 Optional Line Item 2 Contractor shall perform all work necessary in completing machine shop work on the rotor shaft and/or the end housings. (This is an optional item and may or may not be exercised. It will only be exercised if necessary to complete work listed in Line Item 1) THE CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR2000.COM TO REGISTER PRIOR TO SUBMITTING QUOTE. THE GOVERNMENT INTENDS TO ISSUE AN AWARD FOR LINE ITEM 1. LINE ITEM 2 SHALL REMAIN AN OPTION UNLESS THE GOVERNMENT DECIDES TO EXERCISE THE OPTION BY MODIFICATION. QUOTES SHALL BE EVALUATED ON THE TOTAL PRICE OF LINE ITEM 1 AND 2. QUOTES SHALL PROVIDE A SINGLE PRICE FOR EACH LINE ITEM, AND A TOTAL LUMP SUM. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE ALLOWED. The Clause at FAR 52.211-10 Commencement, Prosecution, and Completion of Work; 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation- Commercial Items (price will be the ONLY evaluation factor); FAR 52.212-3, Offeror Representations and Certifications; Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions; Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable); 52.222-3, Convict Labor; 52.222-21, 52.232-33, Payment by Electronic Funds Transfer; Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.223-13 Restriction on certain foreign purchases; 52.232-33, Payment by Electronic Funds; 52.233-3, Protest After Award; 52.237-1; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6 Authorized Deviations in Clauses. A Site Visit will be held for all interested contractors please contact Douglas Lambert at (402)-294-9601 no later than May 13, 2002 for additional information. Offers are due 12:00 pm CST May 17, 2002. Quotes should be submitted in writing to: 55 CONS/LGCA, 101 Washington Square, Bldg 40, Offutt AFB, NE 68113-2107, or you may send a fax to number (402) 294-0430 or email to Douglas.Lambert@offutt.af.mil. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a link to procurement opportunities and important information. It is designed to be a virtual one-stop-procurement. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a) women-owned, HUB Zone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and /or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to Commerce Business Daily (CBD), federal and state agency home pages and other sources of procurement opportunities.
 
Place of Performance
Address: OFFUTT AFB
Zip Code: 68113
Country: US
 
Record
SN00074392-W 20020511/020509213158 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.