Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

41 -- STA Crisfield Chiller

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG27-07-Q-3WQ501
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Point of Contact
Dale Kendrick, Purchasing Agent, Phone 757-483-8541, Fax 757-483-8623,
 
E-Mail Address
Robert.D.Kendrick@uscg.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 FAR 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. HSCG27-07-Q-WQ501 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-16. The applicable NAICS number is 238220 and the small business size standard is $13.0M. This is a Total Small Business Set Aside procurement. The FOB Destination delivery is to: USCG Station Crisfield, MD, on or before: 8/15/07. Offers are due at: USCG ISC Portsmouth (Compt), 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199, by the Close of Business on 7/20/07. Questions may be directed to Petty Officer Ron Berger, telephone 410-968-0323. The USCG ISC Portsmouth has a requirement to purchase: replacement of a 20-ton chiller unit. SUBMITTALS: Quotes may be faxed (757-483-8623), emailed (Robert.D.Kendrick@uscg.mil) or mailed (see above). This is being issued as a service contract with best value criteria. Submittals should include: (1) quote with time frame for performance/completion, (2) FAR Certs/Reps 52.204-6, 52.204-8, 52.212-3 and 52.225-1? OCRA certification may be noted, (3) copy of state business license, and copy of auto, liability and workman?s comp insurance certificates. DESCRIPTION OF WORK: Remove and properly dispose of existing chiller unit IAW local, state and federal regulations. Install a new chiller to match the existing. Existing chiller is a 20 ton Trane unit. Model # CGAFC20EAAA1ET Serial Number# J98E81638. It is a 2 compressor unit and contains 40lbs of R-22. New chiller does not have to be an exact make/model replacement, but must be equivalent to the existing model, and must have a minimum of 1 year warranty on all parts and labor. WORK COVERED BY CONTRACT: The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform the work as described herein. All work shall be conducted per scope of work and all applicable Federal, State, and local laws, regulations, codes and directives. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. INSTALLING NEW CHILLER: Remove existing chiller as per scope of work; Install new chiller; Plumb new chiller into existing piping; Wire the new chiller to existing 200volt 3 phase wiring; Conduct start up and training with COTR; Clean up and dispose of all trash as per line item #7. Also clean up all areas affected; Clean up all trash after job is completed. GENERAL: Any damages to the surrounding area, as a direct fault of the contractor, will be repaired and/or replaced at the contractor?s expense. SITE VISIT: All bidders are encouraged to arrange for a site visit with the Station Engineering Petty Officer, MK1 Ron Berger, at 410-968-0323. WORK HOURS: The contractor shall perform all site work during the normal working hours of 8:00 am and 5:00 pm, Monday through Friday. Any deviations from normal work hours will be at the discretion of the Engineering Petty Officer of Station Crisfield. MILITARY REGULATIONS: The contractor, his employees, and sub contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work and avenues of ingress and egress, and shall not enter any other areas outside the site work unless required to do so in the performance of their duties. The Contractor?s equipment shall be conspicuously marked for identification. There will be no smoking in any Coast Guard building. The workers will sign in at the main office prior to starting work and must have valid government issued identification. PERFORMANCE: All work shall be completed within 30 days of the notice to proceed. CLEAN UP WORK AREA: The Contractor shall remove and properly dispose of all trash and debris incident to the contract work from the limits of government property, as well as all adjacent affected areas. Remove and transport debris in a manner that will prevent spillage on streets or adjacent areas. Disposal shall be in accordance with Federal, Sate and local regulations. Restore work site to a condition comparable or better than originally encountered prior to starting work. ACCEPTANCE OF WORK: Prior to the acceptance of work by the Coast Guard, the Contractor shall arrange, through the Station Engineering Petty Officer an inspection of the work site to identify necessary corrective work, and to ensure proper work area cleanup. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated {and the evaluation criteria will be: price and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U>S>C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Ammended (July 2005); 52.225-1 Buy American Act-Supplies (Jun 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Place of Performance
Address: USCG Station Crisfield, 810 Norris Harbor Dr, Crisfield, MD
Zip Code: 21817-1656
Country: UNITED STATES
 
Record
SN01333712-W 20070705/070703220440 (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.