Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

Z -- COLO 016653B, HVAC Maintenance Agreement for Jamestown Visitor Center, Colonial National Historical Park, James City County, VA .

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q2011090331
 
Response Due
8/7/2009
 
Archive Date
8/3/2010
 
Point of Contact
Dane L. Johnson Contracting Officer 3039692831 Dane L. Johnson@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q2011090331, and the solicitation is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This procurement is being solicited on an unrestricted basis, the associated NAICS code is 811310, and the small business size standard is $7.0 million. Line Item 0001 is Perform HVAC and building DDC maintenance system corrective repairs, 1 lump sum. Description of requirements for the items to be acquired: Perform HVAC and building DDC maintenance system corrective repairs on both a scheduled and an emergency call basis in accordance with the contractor's Performance Work Statement, which will be based on the Statement of Objectives shown below. STATEMENT OF OBJECTIVES HEATING, VENTILATION, AIR CONDITIONING (HVAC) MAINTENANCE AGREEMENT VISITOR CENTER COLONIAL NATIONAL HISTORICAL PARK (COLO)JAMESTOWN ISLAND, VA, INTRODUCTIONIn 2006, the National Park Service completed construction of a new visitor center on Jamestown Island, Colonial National Historical Park (COLO), Jamestown, Virginia. From the outset, the building has suffered numerous problems with its building automation system (BAS) and functionality of the HVAC system. Most of these deficiencies have now been corrected. To ensure proper operation at peak efficiency, the Government intends to procure a maintenance agreement to perform BAS and HVAC system services. Location:Colonial National Historical Park (COLO)James City County, Jamestown Island, VA SITE VISITTo arrange a site visit, telephone:Mr. Skip Brooks, Deputy Superintendent Colonial National Historical Park, Yorktown, VA(757) 898-2430 Existing Conditions:-One-story, 24,000 square foot structure-Carrier, Model 39M, 15,980 CFM cooling/heating air handler unit (AHU) with return fan-Carrier, Model 30GX090, 80 ton multi-compressor rotary screw Chiller unit-Carrier chilled/hot water Circulating Pumps-Fifteen fan-powered VAV boxes with electric reheat coils-Delta Building Automation System with on-site Operator Work Station (OWS.) Performance Objectives:1. Identify equipment affected and establish a maintenance schedule to perform bi-annual equipment servicing, including verification of complete system operation.a. Provide the Government with 30 days advance notification prior to performing this service.b. Provide a firm, fixed-price based on labor hours. c. Within three days of performing the above bi-annual servicing task, identify in writing to the Contracting Officer any necessary parts and/or equipment replacement needs and the estimated cost. Do not perform said repairs until written approval by the Government. 2. Perform bi-annual calibration of controls, sensors, set points, etc. and verification of BAS programming and backup.a. Provide the Government with 30 days advance notification prior to performing this service. b. Provide a firm, fixed-price based on labor hours. c. Within three days of performing the above bi-annual servicing task, identify in writing to the Contracting Officer any necessary parts and/or equipment replacement needs and the estimated cost. Do not perform said repairs until written approval by the Government. 3. Provide 24-hour response to emergency or after hours calls from designated Government personnel.a. Identify to the Government any necessary parts and/or equipment replacement needs and the estimated cost. Do not perform said repairs until written approval by the Government. Replace/repair failed parts and/or equipment within 24 hours.b. A not-to-exceed amount will be established based on a projection of hours. 4. Contractor shall provide all other ladders, tools, equipment, etc. necessary for performance of the contract. 5. Payments for scheduled maintenance will be will be made based on actual on-site staff hours at contract hourly billing rates plus submitted invoice for miscellaneous parts (belts, filters, etc.) and/or equipment. 6. Provide the Government with 30 days advance notification prior to performing this service. Period of Performance:24 months, August 10, 2009 through approximately August 9, 2011. Government Furnished Material:-Copy of applicable as-built drawing sheets-Copy of applicable O&M data-Copy of Retro-Commissioning Reports identifying previous required corrective actions Offeror's Quotation:Quotation shall include:1. Name of any subcontractors;2. Performance Work Statement based on the above Statement of Objectives3. Price. Quotations shall be received by COB, August 7, 2009 and addressed to:Joelle Mascarenas, Contracting OfficerNPS, DSC12795 W. Alameda Parkway P.O. Box 25287Denver, Colorado 80225-0287Government Personnel: Point of Contact Technical Representative Skip Brooks, Deputy SuperintendentNPS-COLOP.O. Box 210Yorktown, VA 23690(757) 898-2430 Contracting Officer (pre-award): Joelle Mascarenas, NPS-DSC12795 W. Alameda Parkway P.O. Box 25287Denver, Colorado 80225-0287 Technical Representative Point of Contact (pre-award): Randy Copeland, NPS-DSC12795 W. Alameda Parkway P.O. Box 25287Denver, Colorado 80225-0287 Contracting Officer (post-award, contract administration, and invoicing): Laura Etheridge, NPS-COLOP.O. Box 210Yorktown, VA 23690 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. There are no specific evaluation factors to be assessed for this quote. Prior to making award of this contract, the offeror's quote will be reviewed for the following: 1. Technical Responsiveness: By submission of its quote, the offeror assents to the terms and conditions in this solicitation document and in any attachments hereto. The Government will assess whether the offeror proposed in accordance with the requirements of the Statement of Objectives and whether the quote is acceptable. It is the Government's intent to award a contract resulting from this solicitation on a sole source basis to Carrier Commercial Services of Chesapeake, VA, as the requirement is for preventative maintenance of Carrier manufactured and installed equipment. The technician must be certified to work on Carrier equipment, and be factory trained by Carrier. Carrier is the only contractor that has sufficient knowledge of the automated building system at Jamestown Visitor Center, and its history of failures and corrective attempts. 2. Price Reasonableness: A contract, sole source or competitive, may not be awarded if the price of the contract results in a cost to the contracting agency which exceeds a fair market price. The contracting officer shall estimate the fair market price of the work to be performed by the contractor. In estimating the fair market price the contracting officer shall use cost or price analysis and consider commercial prices for similar products and services, available in-house cost estimates, data (including cost or pricing data) submitted by the contractor, and data obtained from any other Government agency. The contracting officer will determine whether the final negotiated price is fair and reasonable and does not exceed the estimated fair market price. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Quotes are due August 7, 2009 at 4:00 PM MDT at the following location: DSC-CS Contracting Services Division, National Park Service, Denver Service Center, 121795 W. Alameda Parkway, Lakewood, CO 80228. Quotes may also be emailed to Dane_Johnson@blm.gov. Quotes may NOT be faxed. The name and telephone number of the individual to contact for information regarding the solicitation is Dane Johnson at (303) 969-2831.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q2011090331/listing.html)
 
Place of Performance
Address: Jamestown Visitor Center, Colonial National Historical Park, James City County, VA.<br />
Zip Code: 9406<br />
 
Record
SN01897595-W 20090805/090804000310-c9cfb8153a1656bde9af08f38e1d63f9 (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.