Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2002 FBO #0265
MODIFICATION

J -- SERVICE MAINTENCE FOR HVAC UNITS

Notice Date
8/22/2002
 
Notice Type
Modification
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-02-10440
 
Response Due
9/3/2002
 
Point of Contact
VALERIE E. GRAVES, Contract Specialist, Phone: 919-541-3021, E-Mail: graves.valerie@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is amendment 0002 to solicitation PR-NC-02-10440. Please note the revised Statement of Work, Evaluation Criteria, Performance Requirements Summary Matrix, Wage Determination and Equipment List. The contractor shall provide full service (preventative maintenance labor, repair labor, and all materials, including replacement of any component that fails during the duration of this contract) maintenance coverage on all chillers, cooling towers, pumps, motors, air handlers, air compressors, air dryers, humidifiers systems, scrubbers, exhaust fans, variable speed drives, boilers, and direct digital control systems, as shown, on the Equipment List. The equipment shall be maintained and serviced in accordance with "Manufacturers' Operating and Maintenance Manuals", and the "Alliance Reciprocating Air Conditioning and Refrigeration Equipment System Assurance Services" both documents incorporated herein by reference. The Contractor shall furnish all repair parts, replacement parts, labor, refrigerant, lubricants, chemicals, and make any necessary tests, inspections, repairs and adjustments as required to properly maintain these systems as set forth in the "Manufacturer Operating and Maintenance Manuals." The Contractor shall keep in stock an inventory of the commonly used repair and replacement parts to minimize downtime. These parts will include bearings and belts. The Contractor shall provide projected schedules for completion of all preventative maintenance contractor requirements. The Contractor shall provide a detailed report after each inspection to report completion of projection preventative schedule requirements plus any additional work performed by the contractor, i.e. parts, labor time, adjustments, calibrations, etc. The Contractor shall provide service with a response time which is no greater than 24 hours after notification by the Government on non-critical components of the building mechanical systems. The Contractor shall provide service with a response time no greater than three hours after notification by the Government on two walk-in coolers (item 32 & 35) and one large freezer (item 36). Which are designated as critical components. The Contractor's projected preventative maintenance schedule must meet or exceed the "Manufacturers' Operating and Maintenance Manuals" specifications, incorporated herein by reference. If there is a discrepancy, the Manufacturer's Operating and Maintenance Manuals" requirements shall prevail. The Contractor shall offer to the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Evaluation criteria to be included in paragraph (a) of provision 52.212-2, which will be used to evaluate offerors are as follows: Past Performance and Price. Provide at least 2 references for previous related projects of similar size and scope conducted in the last 3 years. Include project description, contact person and telephone number. A copy of the Past Performance Questionnaire which will be used to evaluate past performance is available at www.epa.gov/oam/rtp_cmd. Award will be made to the offeror whose offer represents the best value to Government. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clause apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order--Commercial Items and the following additional FAR clauses which are cited in clause 52.215-5, required to Implement Statutes or Executive Orders-- Commercial Items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.222-3 Convict Labor, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-3,Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates; 52.222-43 Fair Labor Standards Act; 52.222-44 Fair Labor Standards Act; 52.222-47 SCA Minimum Wages & Fringe Benefits; In addition to this amendment, offerors can review the following documents applicable to this requirement at EPA's website at www.epa.gov/oam/rtp_cmd (1) Equipment List, (2) Wage Determination, (3) Requirements Summary Matrix, (4) Past Performance Questionnaire. Please submit two copies of the price proposal, a completed Representations and Certifications, to Valerie Graves, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711, Courier Delivery Address is: U.S. Environmental Protection Agency, Attn: Valerie Graves, RTP Procurement Operations Div. (D143-01), 4930 Page Road, Research Triangle Park, NC 27709. All offers are due by September 3, 2002, 12:00p.m. ET.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00148183-W 20020824/020822214157 (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.