Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

41 -- HVAC Screw compressor for Chiller System

Notice Date
2/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
 
ZIP Code
31793
 
Solicitation Number
RFQ-10-4389-03
 
Archive Date
3/26/2010
 
Point of Contact
Thomas D. Maze, Phone: 229-386-3496
 
E-Mail Address
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
 
Small Business Set-Aside
N/A
 
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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-10-4389-01 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-37. The NAICS code is 238220. Item description : GENERAL DESCRIPTION OF WORK: Compressor Replacement on Chiller Unit Servicing Crop Protection and Management Research Laboratory Building 1, Agricultural Research Service, United States Department of Agriculture 2747 Davis Road, Tifton Georgia 31794 General Specifications: Remove and replace York YCAS Screw Compressor Unit # 1 on the chiller system servicing Building # 1 with a NEW York YCAS Screw Compressor. The currently installed compressor Model number is DXS36LASA46/50. The Serial Number is VERX311561. The Part Number is 36449093-215. Scope of Work: 1. Lock out and Tag out any Circuit Breakers, Disconnects or other potential sources of electrical power. 2.Take an oil sample for Analysis and have sample analyzed by a certified lab. Return written lab results to the USDA Contracting Officers Representative. 3.Remove and Dispose of old refrigerant in accordance with EPA guidelines. 4.Remove old oil from system and dispose of in accordance with EPA guidelines. 5.Purge system with Nitrogen to remove oil. 6.Disconnect wiring from unit. 7.Remove the Crankcase heater 8.Remove transducers, sensors, turn off any valves, and disconnect any piping as required. 9.Disconnect compressor mounting bolts. 10. Remove existing compressor and remove from site. Contractor will be responsible for disposing of or collecting any core charge from the manufacturer of the new compressor. 11. Install new compressor and secure the mounting bolts. 12. Remove existing Expansion Valve and replace with a NEW expansion valve. 13. Test all transducers, sensors and valves to ensure proper operation. Replace with NEW parts as necessary. 14. Connect all wiring, piping, sensors and valves and ensure they are installed properly 15. Replace liquid line driers with NEW ones. 16. Provide and install NEW Crankcase heater. 17. Evacuate system to manufacturer’s specifications. 18. Add NEW oil and filter to system to manufacturer’s specifications. 19. Charge system with NEW refrigerant to manufacturer’s specifications. 20. Remove locks and tags and return system to normal operation. 21. Log machine and provide results to USDA Contracting Officer or their representative. 22. Advise USDA Contracting Officer or their representative in writing of any other problems found. 23. Resample oil and change filter 30 days after installation is complete. Contractors Responsibilities: 1.Contractor shall be properly licensed and insured to perform the work. 2.Contractor shall provide all material, parts, tools and properly trained labor to complete the job. 3.Contractor shall perform all work during normal USDA business hours of Monday through Friday, 6:30 am to 6:30 pm. 4.Contractor shall be responsible for disposal of all hazardous material and shall dispose of same in accordance with EPA standards. 5.Contractor shall be responsible for any core charges imposed by the equipment manufacturer and the removal of all old equipment. 6.Contractor shall provide to USDA Contracting Officer or their representative a reference list of ten prior customers, with contact information, for which they have performed similar work. 7.Contractor shall leave job site in same or better condition than they found it.. Vendor MUST send descriptive literature. Payment under this contract will be made by electronic funds transfer. Successful offeror must accept government purchase card or be set up with USDA vendor express program at the time invoice is submitted, vendor also MUST be registered in CCR before an order is placed. WWW.CCR.GOV. Delivery is FOB Destination to USDA, ARS, Tifton, GA, 31794. The government anticipates award or a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. The contracting officer will make award based on price, price-related factors and Quality. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. The offeror MUST complete the annual representations and certifications electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52-203-3 Gratuities; 52.222-4 Overtime Compensation; 52.222-35 Equal Opportunity; 52.222-36 Affirmative Action; 52-222-37 Employment Reports; 52.225-9 Buy American Act; 52.232-34 Payment by Electronic Funds Transfer; 52.236-7 Permits and Responsibilities; 52.236-12 Cleaning up; 52.246-12 Inspection; 52-249-1 Termination for Convenience. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government’s rights under the Inspection clause nor does it limit the Governments’s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, February 24, 2010 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-10-4389-03/listing.html)
 
Place of Performance
Address: 2747 Davis Road, Tifton, Georgia, 31794, United States
Zip Code: 31794
 
Record
SN02076446-W 20100227/100226094543-8e0f76bc89fcb2f723edde95fe0d4c82 (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.