Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2002 FBO #0273
SOLICITATION NOTICE

41 -- Supply and install 70 ton chiller unit ro replace existing York Model TCAZ44LD3-46PC at Fort Sam Houston, TX.

Notice Date
8/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MedCom Contracting Center, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DADA10-02-T-0166
 
Response Due
9/20/2002
 
Point of Contact
Donna Dechert, 210-221-4061
 
E-Mail Address
Email your questions to MedCom Contracting Center
(donna.dechert@cen.amedd.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA Site Visit: 6 Sep 02 at 10:30 am. Offer due date: 20 Sep 02 3:00 pm CST. Estimated Award Date: Subject to the Availability of Fiscal Year 02 Funds. Contract Performance Time: 85 days after receipt of order. Statement of Work: Provide and install a nominal 70 ton chiller unit at Ft Sam Houston, Texas to replace existing York model YCAZ 44LD3-46PC, specification number SNFKCM10D521. Contractor shall be required to coordinate any outages through the contracting office and PWBC before performing the outage. A 14 day notice will be required. Contractor shall phase all work and coordinate wi th the Contracting Officer Representative in such a way as to minimize disruption of normal activities of building occupants. All electrical work shall comply with the requirements of NFPA 70 and NFPA 101 and applicable articles of the National Electric C ode, the National Electric Safety Code, the National Fire Codes and local codes, as well as any other authorities that may have lawful jurisdiction pertaining to the work specified. An Environmental Survey is available and will be provided at the site vis it or upon request. Contractor is responsible for disposal of debris and rubbish in an approved dump site out of the boundaries of this installation. Local regulations regarding hauling and disposal shall apply. The Contractor shall perform quality contr ol to ensure that all requirements of the contract are provided as specified. The Contractor?s Quality Control shall verify that all work is timely, complete, performed in accordance with the Federal, State, and Local statutes, codes, and rules and be rea dy for inspection prior to reporting work as completed to the Government. The Contracting Officer or his or her representative will periodically evaluate the Contractor?s performance to accept or reject work performed. Payment will only be made for work performed, accepted, and invoiced. The Contractor shall recover all refrigerant from existing unit in accordance with EPA standards, disconnect power to existing chiller unit, place lockout tag on safety switch, disconnect all refrigerant lines, disconnec t thermostat lines, remove existing chiller unit and dispose of it at a location away from the installation, install new 70-ton two circuit 270/600 volt phase 3 chiller unit (existing unit is fused at 150 Amp;contractor shall ensure new unit will work with any and all controls that exist in the building, air handlers and piping ), install new digital thermostats, connect power and refrigerant lines to unit and replace flow switch, power and test unit with Government personnel present, install a flanged tee on return and supply lines (tee is to have a ball valve with a 2 inch nipple cap). Contractor shall have a hot weld permit before any soldering or welding is to be done. Contractor shall replace any pipe insulation that is removed. Contractor shall conf orm with the requirements of 29CFR 1910 and 29CFR. A Safety Work Plan shall be completed by the Contractor and provided to the Contracting Officer for approval prior to performance. Contractor shall provide the Contracting Officer with a list of all perso nnel that will be working on this project. Contractor vehicles, property and equipment are subject to Government inspection at all times while on the installation. END OF SCOPE. This is a combined synopsis/solicitation for commercial items prepared accor ding to the format in Subpart 12.6, as supplemented with additional information included in this notice. A site visit will be scheduled for 6 Sep 02 at 10:30 am CST. Contractors shall meet at MEDCOM Contracting Center, Building 4197, MCC/DPW Cell, 2107 1 7th Street, Ft Sam Houston, TX. Offers are being requested and there will be no other written solicitation issued. Responses should reference RFQ No. DADA10-02-T-0166. This document incorporates the provisions and clauses that are in effect through Fede ral Acquisition Circular 97-02. This is a 100% HubZone set-aside. The re commended North American Industry Classification System Code (NAICS) for this procurement is 235110 with a corresponding size standard of $11.5 million. The Government will award a contract resulting from this combined synopsis/solicitation to the responsi ble offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. The following FAR provisions apply to the acquisition: FAR 52.212-1, Instructions to Offers?Commercial Items; FAR 52.212-3, Offer Representations and Certifications?Commercial Items. All offerors are to include with their offer a c ompleted copy of FAR 52.212-3 which is available upon request from the Purchasing Agent (210) 221-4061 or fax (210) 221-4123; FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement St atutes or Executive Orders?Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.219-3, Notice of HUBZone Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportuni ty; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, or Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Coorperation with Authorities and Remedies; 52.225- 3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act, Alternate I; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer-Centra l Contractor Registration; and 52.222-41, Service Contract Act of 1965, As Amended. Mail offers to MEDCOM Contracting Center, 2107 17th Street, Building 4197, ATTN: Donna Dechert, Fort Sam Houston, TX 78234-5015. Offerors must provide as a minimum (1) RFQ Number; (2) Name and address, point of contact, and telephone number of offeror; (3) Prices; and (4) A completed copy of FAR 52.212-3.
 
Place of Performance
Address: MedCom Contracting Center ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00155087-W 20020901/020830213809 (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.