Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

41 -- PROVIDE AND INSTALL MATERIALS AND LABOR NEEDED TO RETROFIT THE EXISTING HVAC CONTROLS AT THE ATLANTIC OCEANOGRAPHIC AND METEOROLOGICAL LAB

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NRMAD000717903CMM
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Miami, FL to provide and install materials and labor needed to retro fit the existing HVAC controls. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NRMAD000-7-17903CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun. 2007) (Sections 16, 17, 18, 19, 21, 28, and 33), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability providing the services as specified herein; Warranty; Past Performance (customer satisfaction, quality and timeliness); and Price.}, 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at AOML, 4301 Rickenbacker Causeway, Miami, FL 33149. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Monday, September 17, 2007. Offers may be faxed to 816-274-6923, Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov . Quotes submitted in response to this notice should include the following: 1. Written documentation which demonstrates the firm?s capability to provide services that meet or exceed the Government?s requirement. 2. Information on the commercial warranty that covers the equipment. 3. Written verification that quote is submitted by an authorized Johnson Control Inc. repair service supplier. 4. A list of references including name and telephone numbers of firms to whom the offeror has provided equipment that is the same or equal to that described herein. 5. A completed price schedule for all line items identified in this notice. 6. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. MINIMUM SPECIFICATIONS: Contractor shall provide One (1) Multiple Opening and Closing Net and Environmental Sensing System (MOCNESS) or equalivent. Sonar must have the following features, specifications, and/or salient characteristics to be considered equalivent: Description of the Work: 1. HVAC retrofit requirements: Provide and install materials and labor needed to retrofit HVAC controls. The unit, installed in 2002, is Johnson Controls (JC) brand and all work must be performed in accordance with maintaining the current system to JC standards. This work will include the installation of a new JC refrigerated air dryer, 3 HP duplex air compressor for the control system only. Both of these components will provide clean, dry control air for all building pneumatic control devices. Install 7- variable speed drives for large AHU?s; this will provide and maintain proper static pressure in the system. Replace all individual fan coil unit and AHU zone T-Stats (44) with JC T-Stats. Block-off hot deck coil to prevent air flow thru a non-conditioned area of the AHU. The controls to be installed under this retrofit will bring the building controls as close as possible to original design. Delivery Date: The retrofit needs to be started at AOML no later than October 1, 2007. Site Visit: A site visit can be scheduled by contacting Armando Cuervo at (305) 361-4550. The Certification and Accreditation requirements of CAR clause 1352.237-72do not apply. A security accreditation package is not required. SCHEDULE OF PRICES: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Provide retrofit of HVAC controls on current A/C unit at AOML price should include all necessary parts, labor and accessories as described herein. $___________ $__________ GRAND TOTAL: $_____________ The above price includes all the necessary parts, labor, operation manuals, and warranty. PROPOSED DELIVERY SCHEDULE: Proposed start date: ________________________ Delivery shall be FOB Destination to Miami, FL. END OF NOTICE
 
Place of Performance
Address: AOML, 4301 RICKENBACKER CAUSEWAY, MIAMI, FL 33149
Zip Code: 33149
Country: UNITED STATES
 
Record
SN01402045-W 20070913/070911220341 (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.