Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

41 -- Fan Coil Units Replacement on the Motor Vessel Mississippi

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-07-T-0062
 
Response Due
7/10/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-07-T-0062 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No.2005-2495 Rev (05). This acquisition i s 100% set-aside for small business. The associated NAICS code is 2382201 with $13.0M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regul ar mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. MOTOR VESSEL MISSISSIPPI Replace Coil Units SPECIFICATIONS Contractor will furnish all materials and labor to replace (2) upper galley fan coil units, model HXY06K7S. The work involve removing welded grid ceiling from the galley, removing old fan coil units, installing (2) new fan coil units, reconnecting to exis ting air distribution ducts, chilled/hot water piping, electrical circuits and condensate drains. Contractor will install and re-weld existing ceiling grid and provide start-up and testing operations of the new systems. Contractor will furnish all materials and labor to replace (2) three ton ceiling cassette fan coil units in the Pilot House. This work consists of removing old unit and installing new Carrier Model 40QKB036 fan coil units, installing new copper refrigerant piping and insulation , installing new expansion values, new thermostats, wind baffle guards into existing condensing units, installing new ceiling cassette grilles and evacuating and recharging with new refrigerant. . Normal business hours at Ensley Engineer Yard are 06300-1700 Monday through Thursday. Contractor hours may be adjusted by coordinating with the Motor Vessel Mississippi. Point of contact will be Michael Buie at 901-378-0263. GENERAL NOTES SAFETY REQUIREMENTS 1. Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. a. ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractors site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requiremen ts Manual, EM 385-1-1, 3 November 2003 Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. b. ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer. Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective ac tions to the contracting Officer on ENG Form 3394 as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. c. SUPERVISORS RESPONSIBILITIES: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employees regular duties and the avail ability of Light Duty so the injured employee can return to work as soon as medically possible. 2. Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. [Water and 110 volt access will be provided]. 3. The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the proje ct. At project completion the Contractor and the Corps of Engineers designated employee will make a joint visual inspection of the project location and needed repairs will be noted and made immediately. 4. Contractor will be responsible for containment and disposal of all waste generated during the project. No waste of any kind is to enter the lake. All waste will be disposed of in accordance of applicable EPA regulations. WORK IS TO BE COMPLETED ON OR BEFORE JULY 31, 2007. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1  Instructions to OfferorsCommercial Items. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms a nd ConditionsCommercial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child L abor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Wor kers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equiv alent Rates for Federal Hires; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by July 10, 2007 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-07 -T-0062 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for aw ard. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN01333100-W 20070704/070702221257 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.