Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

41 -- Replace Air Conditioning Units at San Juan Historical Site

Notice Date
5/19/2011
 
Notice Type
Presolicitation
 
Contracting Office
SER - Everglades National Park Administration40001 State Road 9336 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
E11PX01430
 
Response Due
6/2/2011
 
Archive Date
5/18/2012
 
Point of Contact
William W. Leady Contract Specialist 3052427792 William_W_Leady@nps.gov;
 
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
Total Small Business
 
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. A written solicitation will not be issued. This solicitation is being issued as RFQ # E11PX01430.The U.S. Department of the Interior, National Park Service, San Juan National Historic Site, located in San Juan, Puerto Rico, has a requirement to purchase 11 traffic gates. The North American Industry Classification System (NAICS) code is 443111 and the size standard is $10 million. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 37, Services Contracting. STATEMENT OF WORK- San Juan NHS is going to replace the Trane A/C unit compressors park-wide located at Castillo San Felipe Del Morro, Building 209- Administration Building and Building 213- Visitor's Center. The tropical climate conditions, high humidity, and salty environment are the main problems, which affect and deteriorate the AC compressors. Contractor should provide all necessary material and labor for the Trane or equal A/C equipment replacement. 1. Equipment Required per Location (Trane or equal) a. Building 209- Administration Building i.Two (2) 36K BTU Condensing Unit and Blower ii. Two (2) 18K BTU Condensing Unit and Blower iii. Two (2) 60K BTU Condensing Unit and Blower b. ELl Morro Fort i.Two (2) 7.5 Ton Condensing Unit and Blower ii.One (1) 18K BTU Condensing Unit and Blower iii.One (1) 36K BTU Condensing Unit and Blower Wall Mount iv.One (1) 36K BTU Condensing Unit and Blower c.Building 213- Visitor's Center i.One (1) 60 BTU Condensing Unit and Blower ii.One (1) 24 BTU Condensing Unit and Blower iii.One (1) 36 BTU Condensing Unit and Blower iv.One (1) 48 BTU Condensing Unit and Blower v.Two (2) 42 BTU Condensing Unit and Blower vi.Four (4) 36 BTU Condensing Unit and 7.5 Ton Blower vii.One (1) 48K BTU Condensing Unit and Blower Wall Mount2. Description and System Performance a.Contractor should remove and properly dispose of existing compressor, air handling units and evaporators. b.Contractor should clean all existing copper piping with nitrogen and cleaning solvent. c.Contractor must supply and use the R-410A refrigerant in order to comply with amendments to the Clean Air Act of the Environmental Protection Agency. d.Contractors must install all necessary fittings, dryers and filters. e.Contractor should comply with a period of performance of 90 calendar days after obtaining all necessary permits and notice to proceed. f.Contractor should provide man power, equipment, hand tools and personal protective equipment to its employees. g. Contractor must provide its employees Workman Compensation Liability Insurance, General Public Liability Insurance. 3. Warranty and Additional Notices to Contractor a. Contractor must provide a breakdown of warranty coverage for labor, manufacturer, and compressor and parts. Parts must free of manufacturer's defects. b. Contractor warranty shall cover all materials and workmanship on equipment and materials provided and installed by contractor. c.Contractor shall provide maintenance coverage Monday - Friday between the hours of 7am-3pm. d.Contractor shall not remove any equipment off premise without leaving like equipment, functioning in its place. e. Contractor shall specify all components, quantities, unit prices and total price, and explain the purpose of each component. f. Contractor shall perform all work in accordance with all prevailing local, state and federal codes, and any local or national ordinances or regulations. g. The COTR shall inspect the installation. A contractor's authorized signature may be required. Please email all questions to William_W_Leady@nps.gov no later than 27 May 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via mail or email no later than 02 June 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034 The address to submit proposals electronically is: William_W_Leady@nps.gov.The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PX01430/listing.html)
 
Place of Performance
Address: San Juan Historical Site, Old San Juan
Zip Code: 009012094
 
Record
SN02452404-W 20110521/110519234747-f62fffd68e678edbc27778fe6ccf388c (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.