Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

41 -- 5-Ton Air Conditioner and Installation Services

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007Q1218
 
Response Due
7/9/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Customs and Border Protection, Border Patrol, Laredo Sector has a requirement for a 5-Ton Air Conditioner and Installation Services. This requirement is being awarded under FAR Part 13 and will result in issuance of a purchase order. This solicitation is being issued as a Request for Quote. Quotes are being requested and written solicitation will not be issued. The request for quote number is HSBP1007Q1218. This requirement is solicited as a TOTAL SMALL BUSINESS set side. NAICS code is 238220. One firm-fixed price order is anticipated to be awarded as a result of this request for quote. CLIN 0010 Labor and Installation of 5- Ton Air Conditioner $ ___________________ Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-009. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52-212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions/Commerical Items applies; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commerical Items. QUOTES DUE DATE Quotes are due by 5:00 PM Central Time. All responsible sources should submit a response via email to: patricia.pequeno@dhs.gov; or fax to (956) 764-3272. For questions relating to the statement of work, you may contact Dwayne McGee at (956) 764-3281. For additional questions, please contact Patricia Pequeno @ (956) 764-3282. SEE STATEMENT OF WORK BELOW Location: Laredo North Station, IH-35 Traffic Check Point, at mile marker 29 on IH-35 (21843 IH-35, Laredo Texas, 78045). Intent: To purchase and install a five (5) ton standby air conditioner (split unit) for the Laredo North Station (LRN), IH-35 Traffic Check Point (C-29) main building MDF Room, This new air conditioner will serve as a redundant/back up unit. In addition, install a visual and audible alarm wired into the new air conditioner and run power and control wiring as needed. GENERAL REQUIREMENTS: Contractor will be responsible for the purchase and installation of all materials. All materials used by contractor will be new. The contractor is responsible for the cost of repairing or replacing at the discretion of the Contracting Officers Technical Rep (COTR) assigned to this project by the Contracting Officer (CO) all Government property that is damaged by the prime contractor or any of its sub-contractors, such as but not limited to walls, floors, fixtures, etc. All health and safety standards will conform to OSHA regulations 29 CFR 1910 and 1926. The contractor will maintain liability insurance to cover injuries of its own employees as well as injuries to 3rd parties as a result of activities carried out by the prime contractor and his sub contractors. The contractor will provide written proof of liability insurance upon request from the COTR. All work will meet or exceed Municipal, Local, State, and National, (NEC, FCA, IEEE, NEMA, ANSI), codes and standards that apply. All Items will be installed according to manufacture recommendations, and be consistent with work done at the journeyman, craftsman level. To have a proposal considered for award, Contractor shall perform a site inspection and observe the sites general layout. Arrangements to visit the project site will be made with the COTR forty-eight (48) hours in advance. This is a turnkey project, all-inclusive single source of equipment materials and installation. The contractor will coordinate with the COTR to schedule planned work and phases of work, estimated down times, and other items that may affect any operations in any way of the Check Point. All equipment and or materials will meet or exceed specifications. SPECIFIC REQUIREMENTS Concrete Work: ? Sealing of the penetration of the block wall for the copper lines, power and control wiring will be with masonry morter or similar fire resistant material that will also seal to the block wall. Metals: ? Where not specified all bare metal will be primed with one (1) coat and painted silver with two (2) coats. Paint and Finish: ? All metals not other wise protected from rust and corrosion will receive one (1) primer coat and two (2) coats of paint, high gloss, both primer and paint will be oil base. Application will insure full surface coverage. The paint will be silver in color. ? All metal surfaces will be properly prepped before applying primer and paint. Plumbing: ? Contractor will tie in to the same drain and water supply lines of the existing Liebert air conditioner below computer floor. ? Contractor will install a ball valve on the water supply line to the new air conditioner near the unit Electrical ? All work will meet or exceed current municipal, Local, State, and National, (NEC, NEMA,), codes and standards that apply. All items will be installed and work done according to manufacture recommendations, and be consistent with work prepared at the journeyman, craftsman level. ? Electrical work as needed to install the air conditioner and its supporting components. Mechanical/ HVAC: Install a five (5) ton split system air conditioner, 120/208V 3?. The air conditioner will meet or exceed all specifications of the Liebert Challenger 3000 five ton upflow air cooled electric reheat humidifying split unit. A Coil Cabinet ? The AC unit will have the ability to send an alarm signal to the remote visual and audible alarm unit if the high Temp alarm on the thermostat is active. ? The unit will provide cooling, reheat, dehumidification, humidification, and air filtering protection, these functions of the unit will need the ability to be taken out of operation separately. ? The unit will be manufactured for a raised computer floor. The frame of the cabinet will be made of steel and it will provide for maximum strength and ease of access. Side and front panels will be easily opened and removed allowing for full access to all unit components. ? The electric reheat will provide ample capacity to maintain room drybulb conditions during a call for dehumidification and eliminate ionization associated with open air electric resistance heating. ? Supply air will be discharged out the sides of a top mounted plenums with a three (3) way grille and the return air will be drawn into the A coil cabinet from beneath the A coil but above the floor. ? Label all water piping, and electrical conduits at no more than eight (8) foot intervals. ? COTR will confirm the electrical panel to be used for all electrical connections. Condenser Coil ? Outdoor condenser will have aluminum finned copper tube coils, and an energy efficient thermally protected direct drive fan motor, it will be air cooled, propeller driven, and a vertical air discharge type. ? The compressor will be located inside the outside condenser unit Remote Alarm ? The Contractor will set a visual and audible alarm in the main Agents work room. This alarm will have the ability be to audibly silenced by the agents but not the visual alarm, the visual alarm will only reset if the high temp alarm is turned off at the thermostat on the new unit. Drawings and Photos: Drawing available upon request. PROJECT MANAGEMENT Contractor is responsible for the clean up, backfill and removal of all debris associated with the project from the site. POINT OF CONTACTS Patricia Peque?o, Contracting Officer (CO) (956) 764-3282, Fax (956) 764-3272 Dwayne A. McGee, Contracting Officers Technical Representative (COTR) (956) 764-3281, Fax (956) 764-3341 Rey Ortiz, Alternate Point of Contact (APOC) (956) 764-3355, Fax (956) 764-3341 PLANS AND SCHEDULE Scheduling: All work, and contractor?s activities will be from 8:15 a.m. to 4:15 p.m., Monday through Friday, with Federal Holidays excluded. All contractor?s activity will be scheduled so that completion of activities will take place during the specified time. Meetings, Reviews, and Audits: Contractor Project Manager can request a Meetings, Reviews, and or Audit if necessary with the CO/COTR or APOC with 72 hours notice. CO/COTR can request a Meetings, Reviews, and or Audit if necessary with the Contractor Project Manager with 24 hours notice. PERIOD PERFORMANCE Project will start within thirty (30) calendar days of award, and be completed (fully operational) within fourteen (14). POST AWARD CONFERENCE A post award conference will be held at the project site before any work begins. The contracting specialist, contractor?s project manager, his alternate and the COTR and his APOC will be at this meeting. GOVERNMENT FURNISHED EQUIPMENT FACILITIES AND MATERIALS Storage space and staging areas can be arranged near the project sites if needed. Coordination is necessary 48 hours in advance with the COTR/CO. Please be advised there is no security at the site. EVALUATION CRITERIA One firm-fixed price order will be made to the lowest priced technically acceptable, responsive and responsible offeror, whose proposal will meet the Governments requirement. WARRANTY Warranty on all design, parts, material and labor will be for a minimum of 12 months. Contractor shall provide warranty statement in their proposal. Warranty shall commence from the acceptance of the complete project in writing to the CO. PAYMENT Contract will be paid by Purchase Order and payment will be made within 30 days after inspection and acceptance of work by COTR or APOC and receipt of a signed original invoice. No invoicing from contractor shall be submitted until work is completed. SECURITY All U.S. Border Patrol Stations, checkpoints, range and Sector Headquarters are considered secure areas. All personnel who will work within these areas will be subject to a security check in order to perform work within these areas. Upon award, the contractor shall submit a list of name(s) of individuals assigned to install a 5-ton air conditioner located at IH-35 traffic checkpoint C-29 main building MDF room. Individuals must be U.S. citizens or have a valid work permit. The list must include names, social security numbers and a copy of the individual?s driver license.
 
Place of Performance
Address: 207 W. Del Mar Blvd., Laredo, TX
Zip Code: 78041
Country: UNITED STATES
 
Record
SN01331421-W 20070701/070629220501 (fbodaily.com)
 
Source
FedBizOpps 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.