Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

41 -- Emergency temporary air-cooled scroll chillers for Plant Protection and Quarantine (PPQ), Puerto Rico Plant Inspection Station (PIS), San Juan, PR 00979 - Statement of Work

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-6395-S-10-0162
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) Emergency temporary air-cooled scroll chillers for up to 6 months, with option to extend up to 3 additional months if necessary, however the temporary services could be as short as 3 months. 1. This is a combined synopsis/solicitation for commercial products- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. 2 This requirement is for full and open completion. The NAICS code is 238220. The standard size is $14M. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Puerto Rico Plant Inspection Station (PIS), San Juan, PR 00979. The solicitation number for this effort is AG-6395-S-10-0162 and this combined synopsis/solicitation is issued as a request for proposal (RFP). 3. Project Background, there are two 90-ton, York air-cooled, scroll chillers (model number YCAL0090EB) supplying the Puerto Rico Plant Inspection Station (PIS) with chilled water. The chillers are approximately 8 years old. One of the compressors to Chiller No. 1 is out of service and the condenser fins have lost their corrosion protection epoxy treatment. Chiller No 2 is totally out of service with many of its components dismantled. 4. The Requirement is for emergency temporary air-cooled scroll chillers for up to 6 months, with option to extend up to 3 additional months if necessary, however the temporary services could be as short as 3 months. The unit required is a 180 ton air-cooled, scroll chiller. 5. The Contractor is to provide the facility with portable, temporary (on trailer cooling equipment with the minimum capacity of 180 tons of chilled water. Contractor shall include all temporary electrical work and temporary piping as required. Contractor shall also provide installation, service, maintenance and repair as necessary throughout the rental period. And when the rental period is completed, the Contractor shall remove all temporary equipment and restore the site to the condition before installing the temporary chiller. The services to be provided are summarized below: 5.1 Pre-Construction Phase: 5.1.1 Submit proposed Schedule. 5.1.2. Submit manufacturer's cut sheets of proposed chiller and necessary equipment to be furnished temporarily. 5.2 Construction Phase: 5.2.1 Furnish temporary chiller and fully install chiller and associated piping and electrical wiring so that the chillers operates according to the manufacturer's recommendations. 5.2.2 Provide all maintenance and repair of the temporary chiller as required to insure it operates in accordance to the manufacturer's recommendations. 5.3. Post Construction Phase: 5.3.1 Disconnect all temporary equipment and remove from the site. 5.3.2 Return the site to the condition before installing the temporary chiller. 6. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials; Delivery Schedule and Past Performance. Technical/quality factors, Past Performance and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business a Side; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). 7. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, September 8, 2010. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. 8. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 01 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/MRPBS/AG-6395-S-10-0162/listing.html)
 
Place of Performance
Address: United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Puerto Rico Plant Inspection Station (PIS), San Juan, PR 00979, San Juan, Puerto Rico, 00979, United States
Zip Code: 00979
 
Record
SN02264338-W 20100903/100901235840-646e999653cd1acf541c943b4b0bf017 (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.