Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOLICITATION NOTICE

J -- Semi-annual Preventative Maintenance for HVAC equipment at the National Weather Service, Weather Forecast Office, Grand Rapids, MI

Notice Date
12/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133W-09-RQ-0091
 
Archive Date
2/2/2009
 
Point of Contact
Charlene A. Yaple, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, (CRAD), 601 E. 12th Street, Room 1756, Kansas City, MO. 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), Central Region Acquisition Division. National Weather Service, Weather Forecast Office (WFO), Grand Rapids, Michigan has a requirement for Scheduled Semi-Annual Preventative Maintenance on the HVAC equipment at the WFO in Grand Rapids, MI. The contract is for a base year and three one year options. This notice is hereby issued as WC133W-09-RQ-0091. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28. Hard copies will not be available. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications Commercial items (Jun 2008) 52.212-2 Evaluation -Commercial Items (Jan 1999) 52.212-4 Contract Terms and Conditions (Oct 2008) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2008), Section (b) (6i), (16), (17), (18), (19), (20), (25), (29), (32), (37); Section (c) (1), (2) **Machinery Maintenance Mechanic, WG-10, and (3). 52.217-8 Option to Extend Service (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (Apr 1984) 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) 1352.239-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site 1352.228-70 Insurance Coverage (MAR 2000) 1352.228-72 Deductibles Under Required Insurance Coverage (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. PRICE/QUOTE: This is an order for commercial services. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the Grand Rapids, Michigan in which the work is to be completed shall be applicable. Offerors can obtain wage determinations for this area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001 through 0020 shall be firm-fixed-price inclusive of all costs. CLIN 0021 is on a time-and-materials basis. YEAR ONE OF CONTRACT: From date of award thru 365 calendar days. All follow-on years are also 365 calendar days. LINE ITEM 0001: Provide material, labor and equipment necessary to conduct semi annual preventative maintenance (April and Oct. 2009) including filter change on the HVAC at the NWS, WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea____ Unit Price $_______ Total Price $______ LINE ITEM 0002: Provide material, labor and equipment necessary to conduct annual preventative maintenance including filter change on the Automated Logic Control in accordance with the requirements in the statement of work. Unit Quantity 1 Ea, Unit Price _______ Price __________ LINE ITEM 0003: Provide material, labor and equipment necessary to provide a filter change in January and July 2009 on the HVAC at the WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea Unit Price $_____ Total Price $______ LINE ITEM 0004: Provide material, labor and equipment necessary to conduct semi-annual preventative maintenance including filter change on the HVAC at the Radar Data Acquisition (RDA) building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $______ LINE ITEM 0005: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2009) including filter change on the HVAC at the Transition Power Maintenance Shelter (TPMS) Building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $______ OPTION YEAR ONE: LINE ITEM 0006: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2010), including filter change on the HVAC at the WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $______ Total Price $_______ LINE ITEM 0007: Provide material, labor and equipment necessary to conduct annual preventative maintenance including filter change on the Automated Logic Control in accordance with the requirements in the statement of work. Unit Quantity 1 Ea. Unit Price $____ Total Price $_____ LINE ITEM 0008: Provide material, labor and equipment necessary to provide a filter change in January and July 2010 on the HVAC at the WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $_____ LINE ITEM 0009: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance including filter change on the HVAC at the RDA building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $______ LINE ITEM 0010: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2010), including filter change on the HVAC at the TPMS Building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $_____ OPTION YEAR TWO LINE ITEM 0011: Provide material, labor and equipment necessary to conduct semi annual preventative maintenance (Apr and Oct 2011), including filter change on the HVAC at the National Weather Service WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $_______ LINE ITEM 0012: Provide material, labor and equipment necessary to conduct annual preventative maintenance including filter change on the Automated Logic Control in accordance with the requirements in the statement of work. Unit Quantity 1 Ea. Unit Price $_____ Total Price $______ LINE ITEM 0013: Provide material, labor and equipment necessary to provide a filter change in January and July 2011 on the HVAC at the WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $_______ LINE ITEM 0014: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2011), including filter change on the HVAC at the RDA building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $______ LINE ITEM 0015: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2011), including filter change on the HVAC at the TPMS Building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price _____ Total Price $______ OPTION YEAR THREE LINE ITEM 0016: Provide material, labor and equipment necessary to conduct semi-annual preventative maintenance (Apr and Oct 2012), including filter change on the HVAC at the National Weather Service, WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. (April and October 2012). Unit Quantity 2 Ea. Unit Price $_____ Total Price $_____ LINE ITEM 0017: Provide material, labor and equipment necessary to conduct annual preventative maintenance including filter change on the Automated Logic Control in accordance with the requirements in the statement of work. Unit Quantity 1 Ea. Unit Price $____ Total Price $______ LINE ITEM 0018: Provide material, labor and equipment necessary to provide a filter change in January and July 2012 on the HVAC at the WFO, in Grand Rapids, MI office, in accordance with the requirements in the statement of work. Unit Quantity 1 Ea. Unit Price $_____ Total Price $_______ LINE ITEM 0019: Provide material, labor and equipment necessary to conduct semi-annual preventative maintenance (Apr and Oct 2012) including filter change on the HVAC at the RDA building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $_______ LINE ITEM 0020: Provide material, labor and equipment necessary to conduct semi- annual preventative maintenance (Apr and Oct 2012) including filter change on the HVAC at the TPMS Building, in accordance with the requirements in the statement of work. Unit Quantity 2 Ea. Unit Price $_____ Total Price $______ LINE ITEM 0021: Unscheduled Repairs and Maintenance performed outside the normal maintenance and inspection times. Provide hourly rate for unscheduled repairs and maintenance. Work to be performed during normal working hours. Hourly rate of technician: Year One $_____________ Year Two $_____________ Year Three $____________ Year Four $____________ Parts for repair of equipment. This line item is an estimate with no obligation on the part of the Government until approved by the contracting officer or her representative Parts Discount Off List Price: ________% The price to be paid for parts shall be based on an established catalog or list price in effect when material or other product is furnished, less all applicable discounts to the Government. In no event shall the price exceed the contractor's sales price to its most favored customer for the same item in like quantity, or the current market price, whichever is lower. STATEMENT OF WORK Preventive Maintenance for Heating, Ventilation, and Air-Conditioning (HVAC) General: The National Weather Service has a requirement for a Preventative Maintenance (PM) program at the Grand Rapids Michigan Weather Forecast Office at 4899 South Complex Drive, Grand Rapids MI 49512. The contractor shall provide all management, tools, supplies, equipment and labor necessary to perform the preventative maintenance on the HVAC system and the HVAC Control system. The contractor will provide a firm-fixed price proposal for the PM tasks and an hourly rate for unscheduled maintenance and repair service. An emergency response time of not more than 4 hours is required for the unscheduled repair and maintenance work. 1. Scope: The work to be accomplished consists of providing quarterly filter changes (January, April, July and October), semi-annual (April and October) preventive maintenance service for the heating, ventilation, air-conditioning system and humidifier for the Weather Forecast Office, Radar Data Acquisition (RDA) building and other temperature controlled buildings, and an annual inspection of the Automated Logic Control Systems. During the summer visit (July), the contractor shall ensure that all cottonwood debris is thoroughly cleaned from the HVAC system. All work shall be performed during normal business hours, by qualified technicians. The contractor shall coordinate with the local NWS point of contact prior to beginning this work. 2. Location: The site of the work shall consist of two separate sites: the NWS Weather Forecast Office and the RDA facilities. The RDA facility may be located remotely from the office. 3. Items of Work: The work is to be performed on the HVAC systems, Packaged Air Conditioning (PAC) equipment, humidifier and HVAC Control systems. The Contractor shall: a. Provide all labor, tools, test instruments, supplies, etc. required to perform preventive maintenance. All materials to be replaced include, but not limited to, filters, belts, hoses, ionic beds/canisters, etc. shall be furnished by the Contractor. b. The contractor shall prepare and submit a written report within three business days of the semi-annual inspections to the Meteorologist-in-Charge (MIC). The report shall identify each item of equipment, the maintenance work performed, repairs needed, estimated repair cost and date of inspection. The contractor is to take no further action on these discrepancies until directed to proceed by the Contracting Officer or her authorized official. The repair or replacement of components not within the scope of this agreement, which will result in additional cost, shall not be accomplished unless awarded by an authorized official. c. Ensure work site is properly cleaned up on a daily basis and when work is complete. d. Upon completion of the maintenance described herein the Contractor shall provide to the MIC an approved Service Report Inspection Checklist to document the service performed. A separate checklist shall be completed for each air conditioning system and maintained on site. e. Legibly and permanently mark with the installation date any component or filter that has been replaced. f. Standards of Workmanship: All work shall be performed in compliance with Federal, State and Local laws. In addition, required service will meet or exceed the equipment manufacturer's requirements and is consistent with customary commercial practices of industry standards of good workmanship. 4. Equipment to be serviced: a. AHU-1 Manufacturer: Trane Model No. MCCA012GAH0ABA000E0EEA00B0A0000BC000D00AA Serial No. K94K76669 b. AHU-2 Manufacturer: Trane Model No. MCCA012GAH0ABA000E0EEA00B0A0000BC000D00AA Serial No. K94K76695 c. AHU-3 Manufacturer: Trane Model No. MCCA008GAH0ABA000D0EEA00B0A0000AA000D00AA Serial No. K94K74550 d. ACCU-1 Manufacturer: Trane Model No. TTA180B400BA Serial No. J41198768 e. ACCU-2 Manufacturer: Trane Model No. TTA180B400BA Serial No. J41198806 f. ACCU-3 Manufacturer: Trane Model No. TTA090A400CA Serial No. J18198915 g. Humidifier Manufacturer: Armstrong Model No. HC4300 Serial No. 249625-10-1-06 h. PAC-1 Manufacturer: Liebert Model No. FH114AUAAM Serial No. 305419-002 i. PAC-2 Manufacturer: Liebert Model No. FH114AUAAM Serial No. 305419-001 j. RDA Unit-1 Manufacturer: Trane Model No. TCH120C300AB Serial No. P42102913D k. RDA Unit-2 Manufacturer: Trane Model No. TCH120C300AB Serial No. P42102932D l. TPS Unit Manufacturer: Marvair Model No. AVP24ACA05CD-1000GI Serial No. EN8903 Inspections and Acceptance: A designated Contracting Officer Technical Representative (COTR) shall make a full inspection to see that the contract is completed per the statement of work. Items of inspection will include the checklist in Attachment 1. Completion Date: Completion of the last scheduled PM shall be 30 days before the contract ending date. If any delays are expected, the Government Contracting representative shall be notified as soon as possible to coordinate the modification. UNSCHEDULED REPAIRS: During the performance of this contract, when service and/or repair is need on individual equipment, the contractor will be contacted by the MIC or technical staff with a description of the problem. The contractor shall respond to these unscheduled repair calls within four (4) hours after notification during normal business hours, unless otherwise agreed upon in advance by the MIC. The contractor shall provide the documentation for any necessary repairs, replacement and make recommendations/estimates as required for parts and labor for unscheduled repairs. The Government Contracting representative (COR) will be responsible for reviewing the anticipated repairs and will make a recommendation to the Contracting Officer to accept the necessary repairs. The contractor shall prepare and submit a written report within two business days after any repair. The report shall include the date and time of the service call, the location of the equipment being serviced. The Contractor shall provide a separate invoice of the repair costs after the repairs have been made. Funds for these services will be specified at the time of award and included as a separate contract line item number, the repairs performed and the name of the technician performing the work. Period of Performance: This contract will be for a four year period. The period of performance will start upon the award of the contract and will contain three option periods. Terms of the SOW: 1. The Contractor shall be licensed, insured and bonded. The Contractor may be required to provide the National Weather Service with a copy of the license and proof of insurance and bonding. 2. The Contractor, if remotely located, shall designate a representative local to the contract site, with contact numbers, for the COTR to communicate with about the quality or work, progress, and technical details of the project. Neither the local representative nor the COTR has the authority to modify the contract in any manner which might affect the cost thereof. 3. Unless otherwise approved the Contractor shall schedule all work Monday through Friday with eight (8) work hour days between the hours of 7:00 am and 5:00 pm. Longer work days and work on Saturday may be approved; however, no work will be performed on Sundays or Federal Holidays. The COTR shall be notified when changes in the project schedule are requested along with the reason. 4. The Contractor shall be responsible for removal and disposal of all unused materials and placed equipment. 5. All materials shall be new (not used). Rebuilt items may be used upon approval. 6. The Government reserves the right to inspect for quality control at any point during the maintenance process. 7. The Government assumes no responsibility for the division of work to be accomplished by subcontractors. The prime Contractor shall be the solely responsible party to the Government for meeting the terms of the awarded contract. Safety and Environmental Contract Requirements: 1. The Contractor and Sub-Contractors shall comply with all applicable Federal, State, and Local law and regulations pertaining to safety and environmental requirements. 2. The Contractor shall insert this clause, including this paragraph (2), with appropriate changes in the designation of the parties, in all subcontracts. 3. The Contractor shall provide and maintain work environments and procedures which will safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities. 4. The Contractor shall be able to provide to the Contracting Officer, or the designated official, Material Safety Data Sheets (MSDS) for all chemical products prior to them being brought on site. These products include, but not limited to solvents, cleaners, paints, pesticides, herbicides, and lubricants. The Contractor shall comply with the following; a. All products shall be kept in original container with legible label. b. If the product is placed in smaller container for use, the smaller container shall be marked legible stating the product it contains. c. There shall not be any chemical product mixed together unless intended by the chemical manufacture. 5. Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. 6. The Contractor shall dispose of all waste material/products off site in accordance of Federal, State, and Local law and regulations at Contractors expense. The Contractor shall remove all unused materials/products that was supplied or purchased by the Contractor or the Government in performance of this contract unless otherwise specified in writing by the Contracting Officer. If the Contracting Officer specifies material/product to be retained for the Government the Contracting Officer will note storage area. -END OF SOW- Attachment 1 List of Services to be Performed Description of Work (HVAC system) 1. Air Handling Units: a. Inspect fan assembly clean as necessary. Verify fan operation. b. Lubricate fan bearings per manufacturer's recommendations. c. Lubricate motor bearings per manufacturer's recommendations. d. Inspect and adjust belts and sheaves. e. Visually inspect all motor mounts, vibration pads, nuts and bolts for wear and general conditions. Make corrections as necessary. f. Inspect and log operating voltages and currents. g. Inspect all electrical connections, contactors and terminations. Clean and apply electrical grease if corrosion is present. h. Inspect all dampers and associated linkages. Adjust and lubricate as necessary. i. Inspect all drains, strainers and drain pans and clean as necessary. j. Operate all hand valves and inspect for packing deterioration. k. Replace all filters as required by the PM schedule. (Every 3 months.) l. Inspect all cooling coils. m. Inspect and clean air diffusers for proper operation. n. Verify thermostat operation, safety controls and any programmed settings. o. Inspect unit for proper operation and balance, adjust as needed. p. Ensure proper operation of all expansion valves. 2. Air-Cooled Condensing Units: a. Inspect and clean the condensing coils. b. Verify proper refrigerant charge. c. Inspect all electrical connections, contactors and terminations. Clean and apply electrical grease if corrosion is present. d. Inspect piping and connections for damage and leaking. e. Verify crankcase heater operation. f. Inspect all pumps and lubricate if applicable. g. Log suction pressure and temperature and condensing pressure and temperature. h. Verify sub-cooling and superheating. i. Log discharge temperatures and return air temperatures. j. Verify safety controls and programmed settings, including high pressure and low pressure set-points. k. Test oil for contamination and breakdown. l. Inspect unit for proper operation and adjust as needed. Attachment 1 Cont. 3. Duct heaters and Unit heaters (if applicable): a. Clean coil, fan and housing. b. Lubricate fan and bearings as required by the manufacturer. c. Inspect all electrical connections, contactors and terminations. Clean and apply electrical grease if corrosion is present. d. Inspect unit for proper operation and adjust as needed. 4. Humidifiers: a. Inspect and clean all strainers, traps, drains and drain pans. b. Drain and clean reservoirs and inspect heating elements. c. Replace ionic beds or other expendables as recommended by manufacturer. d. Inspect and clean any spray nozzles. e. Inspect all electrical connections, contactors and terminations. Clean and apply electrical grease if corrosion is present. f. Verify operation of humidistats. g. Inspect unit for operation and make adjustments as needed. 5. External Fans: a. Inspect and clean all exhaust fans and transfer fans. b. Inspect all electrical connections, contactors and terminations. Clean and apply electrical grease if corrosion is present. c. Lubricate all motors and bearings as required by the manufacturer. d. Verify proper operation and adjust as needed. Description of Work (HVAC Control system) a. Verify system is controlling the desired values b. Check for appropriate sensor values c. Check for appropriate binary input data d. Check for appropriate mode(s) of operation e. Check for appropriate set point values f. Change at least one set point and verify system response g. Perform all periodic maintenance according to the manufacturer's recommendations. h. Verify backup battery voltages and replace as necessary (5 years or as required by manufacturer). The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the item listed, offeror's price proposal and the offerors ability to exhibit an understanding of the requirements included in this RFQ. The Government will award the purchase order to the contractor that represents the best value for the work. All responsible offerors may submit a response to this notice that will be considered by the agency. DOC, CASC 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 firms 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. Contractors should submit their Certification and Representations through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are required to go on-line at www.bpn.gov to complete its representations and certifications. To be considered, the offeror must include pricing for all four years, provide a copy their license and provide past performance information to include the name, addresses, contact person and phone number of up to three (3) companies they have performed similar work in the past two years. If any past performance references are with the U.S. Government, the offeror must list the Government agency, address, contract number, contact person and phone number. Past performance will play a major role in the award of the purchase order. Award will not be based on price alone. The offeror must have experience and be highly rated by their references. Offerors are to submit the following with their price quotation: A copy of their license to perform the work required. Past performance documentation described above. Vendor shall provide a statement that their firm is registered in Central Contractor Registry and On-Line Representations and Certifications as described above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c06b8492073e43ba77e4a97815842db&tab=core&_cview=1)
 
Place of Performance
Address: Weather Forecast Office, 4899 South Complex Dr, Grand Rapids, Michigan, 49512, United States
Zip Code: 49512
 
Record
SN01721469-W 20081220/081218215854-5c06b8492073e43ba77e4a97815842db (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.