Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
MODIFICATION

S -- Chiller Maintenance - Amendment 1

Notice Date
10/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-11-Q-80002
 
Archive Date
12/3/2010
 
Point of Contact
Rachelle Dorleans, Phone: 617-494-2136
 
E-Mail Address
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 is herby issued to do the following: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-11-Q-80002 is issued as a Request for Quote (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-43 dated August 2, 2010. The NAICS Code is 561210, Facilities Support Services, and the Small Business size standard is $6.0 Million. This solicitation is a small business set aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement to purchase maintenance and services to a York Codepak Chiller, Carrier Centifucual Chiller, and the Trane Absorption Chiller in accordance with the Statement of Work (SOW) below. An award will be made to the source whose quote, conforming to the solicitation and SOW, is determined to offer the best value to the Government in terms of the lowest proposed price. STATEMENT OF WORK (SOW) - (BEGIN) Provide services for the annual maintenance, repair and emergency response for three (3) chillers located at the Volpe Center, 55 Broadway, Building 5 (Center Support Building), Cambridge, MA 02142. Chillers include: one (1) 665 ton York Screw Chiller model #YSFCFBS5CUAS, one (1) 800 Ton Carrier Centrifugal Chiller model #02XRV475DGS64/ R134A/ 480V/ 3/ 60, one (1) Trane Steam Absorber model #ABSC07C4lC1C1C1B1BAEDpS1.General description: The Contractor shall provide a technician knowledgeable in the maintenance and repair of the three above-listed chillers. Routine maintenance shall be scheduled and completed during normal business hours (6:30 a.m. - 6:30 p.m., Monday through Friday, excluding Federal Holidays). Emergency repairs shall be on an "as needed" on-call basis, available 24 hrs/day, 365 days/year. Emergency Response- The Contractor shall be available 24 hrs/day, 365 days/year, and shall respond on-site within two (2) hours of being notified of an emergency service need. The Contractor shall provide a service technician who is knowledgeable about above-listed chillers in order to affect emergency repairs. Existing equipment is located Building 5, within the Volpe Center complex. The Contractor shall provide all labor, material, and equipment to calibrate and repair chillers Existing equipment is operated and maintained - on a daily basis - by on-site Government employees. This task will provide supplementary emergency repair service to existing chillers. Contractor shall budget to provide a total of 240 hours (~ 80 hours/chiller) of emergency response service. PREVENTATIVE MAINTENANCE (PM) and ANNUAL START-UP The Contractor shall provide a service technician who is knowledgeable about above-listed chillers, in order to perform work on equipment, as described below. Existing equipment is operated and maintained - on a daily basis - by on-site Government employees. This task will provide scheduled maintenance to existing chillers. Scheduled maintenance shall be done during normal business hours, 6:30 a.m. - 6:30 p.m., Monday through Friday, excluding Federal Holidays. Work to include: 1) Initial start-up of chiller in spring. Start-up would include changing of oil and oil filters, leak testing of entire units, trimming of refrigerant, charging and adding of refrigerant (up to 50%) if necessary. 2) Cleaning of condenser tube & absorber tube bundles (steam chiller) both heads to be removed from chillers. 3) Initial testing and inspection of chiller controls and safeties. 4) Lubricate electric motor (screw only), clean air passages and Meg -ohm motor windings. 5) Remove heads on evaporator section for inspection of tube bundle. Eddy current both evaporator, condenser. & absorber tube bundles. BIDDING INFORMATION It is estimated to spend 240 hours of labor to respond to Task 1 (Emergency Repairs) and necessary labor and material to complete work listed under Task 2. Site Visit: An upaid site visit can be arranged between the hours of 6:30aAM and 6:30 PM Monday thru Thursday by contacting the Contracting Officer. The Contractor shall be able to meet Federal security requirements to access a Federal DOT facility. Period of Performance: Date of award through September 30, 2011. STATEMENT OF WORK (SOW) - (END) Proposal Pricing: The Contractor shall provide pricing on the following item: CLIN 0001- York Codepak Screw Chiller (80 hrs) in accordance with the above statement of work Quantity: 1 Lump Sum $___________; CLIN 0002- Carrier Centrifucal chiller (80 hrs) in accordance with the above statement of work Quantity: 1 Lump Sum $__________; CLIN 0003- Trane Steam absorption chiller (80 hrs) in accordance with the attached statement of work Quanity:1, Lump Sum $___________; CLIN 0004- Preventive Maintenance for CLIN 0001-0003 in accordance with the statement of work. Quantity: 1 Lump Sum, $__________. Total Price CLIN 0001-0004 $_____________. Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors -Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on October 7, 2010. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2009), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.219-6, 52.219-14,52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-16,, 52.232-33. Subparagraph (u) is hereby added in full text as an Addendum to 52.212-4 to read as follows: "(u) CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"¬---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. (End of clause) " Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-Q-80002/listing.html)
 
Place of Performance
Address: US DOT| RITA| Volpe Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02306986-W 20101008/101006234311-502f162feb04d0ea782aa39a2156651e (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.