Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

J -- HVAC PREVENTATIVE MAINTENANCE AND REPAIR SERVICES

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133F-11-RQ0387(GJB)
 
Archive Date
6/9/2011
 
Point of Contact
Georgia J. Barrett, Phone: 301-713-0820, EXT 140, Sandra K Souders, Phone: 301-713-0820 x141
 
E-Mail Address
jean.barrett@noaa.gov, sandra.k.souders@noaa.gov
(jean.barrett@noaa.gov, sandra.k.souders@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. The attached SOW is incorporated into this solicitation. Solicitation Number DG133F-11-RQ0387(GJB) is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS)is 238220 and business size is $14.0. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Law Enforcement, acquire HVAC Maintenance and Services Agreement for Maintenance and Emergency Repair Service for HVAC units, 4th and 8th floor at 8484 Georgia Avenue, Silver Spring, MD 20910. Please see attached Statement of Work. The resulting purchase order shall be awarded on a firm fixed price basis. Period of Performance: Initial Period -12 months from the date of award with three(3) option. The award will be made on a best value. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - Includes relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Superior or first class; Good (G) - Acceptable, Beneficial and worthwhile; sound and valid; Poor (P)-Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42. All responsible sources that can meet the requirements and provide the items as outlined above may respond to this solicitation by submitting a proposal addressed to Jean.Barrett@noaa.gov to be received no later than June 8, 2011 at 11:00am local time. The Government reserves the right to make one award or no award at all as a result of this solicitation. Affirmative written responses must be received no later than 15 days after publication of this synopsis. All information in response to this notification must be submitted in writing. For additional information, please contact: G. Jean Barrett, NOAA, US fax: 301/713-0820 jean.barrett@noaa.gov, the subject of the e-mail should state HVAC PREVENTATIVE MAINTENANCE AND REPAIR SERVICES, Reference # DG133F-11-RQ0387(GJB). E-mailed responses are authorized, but it is up to the vendor to make certain that the email was received. All questions must be submitted in writing no later than May 31, 2011 at 10:00AM Local Time and may be emailed to G. Jean Barrett at Jean.Barrett@NOAA.GOV. STATEMENT OF WORK BACKGROUND The U.S. Department of Commerce NOAA Fisheries Office of Law Enforcement (OLE) is housed in leased space at 8484 Georgia Ave., Silver Spring Maryland, 20910 in Suites 415 and 830. OLE owns four supplemental air conditioning systems installed at this location. Two are installed above the drop ceiling in Room 402 within Suite 415. Both of these units are supported by dry cooler systems installed on the roof of 8484 Georgia Ave. One of these units provides critical cooling to OLE's computer room. The second unit provides supplemental cooling to a conference room. One is installed above the drop ceiling within Suite 830, in corridor 801. This smaller unit is supported by a compressor heat exchangers installed on the roof of 8484 Georgia Ave. Objective OLE seeks a mechanical services contract to provide 1. Regular maintenance checks and service for three cooling systems (depending on evaluation and start up requirement in section 1 above) including routine service items such as filters, refrigerant, cleaning supplies (fixed price) to include at a minimum, four service visits per year which provide 4 operational inspections and 1 annual inspection and provide labor and parts as required to perform A. All necessary adjustments B. Filter service (as scheduled below) C. Lubrication of moving parts as needed D. Checking of Fan blades, refrigerant charge, control set points and safeties, amperage, voltages, operating pressures and temperatures, belts, drain pans, air flow, proper operating E. Cleaning of Fan blades, drain pans, strainers, cooling towers, contactors, switch coils, exterior and interior of equipment as needed. F. Above ceiling units I. Check motor drive, belts, pulleys and bearings - lubricate and adjust as necessary II. Check operating pressures on compressors, leak check refrigeration circuit, check compressor oil level through sight glass III. Change filters four times a year and check appearance of evaporator coil. IV. Inspect belts every inspection replace as needed. V. Inspect operating and safety controls VI. Inspect all electrical connections and contacts - amp all motors and compressors VII. Clean humidifier and associated equipment as necessary VIII. Replace humidifier Canister annually IX. Check operation of indicator lights X. Check operation of reheat system XI. Inspect condition of remote condenser or dry cooler. Brush clean as needed XII. Check liquid level - dry cooler only XIII. Check condition of drain pan, clean and flush as required G. Dry Cooler Routine Inspection I. Lock out tower disconnect switch with "Off for Repairs" tag as per OSHA requirements II. Lubricate fan and motor bearings per manufacturer's recommendation III. Check fan belt tension and condition, motor pulleys and motor mounts IV. Inspect electrical connections, conductors, relays and operating controls V.Check motor amp draw and operating conditions VI.Check unit for vibration and noise VII.Inspect protective surfaces of tower VIII. Check general operating conditions - adjust as required IX. Check for leaks. H. Dry Cooler Annual Preventive Maintenance I. Schedule for equipment shutdown with OLE and building operating engineer II. Wash down coils with coil soap annually III. Clean fan motors and fan blades IV. Lubricate fan and motor bearings per manufacturer's specifications V. Perform all procedures listed for routine inspection I. Dry Cooler System Circulating Pumps I. Lubricate pump and motor bearings per manufacturer's recommendation II. Check motor mounts and vibration III. Visually check pump alignment and coupling IV. Check motor operating conditions V. Inspect electrical connections and conductors VI. Inspect mechanical seals VII. Verify gauges for accuracy VIII.Clean external surfaces as required IX. Check suction and discharge pressures. 2. Priority emergency service in the event of system failure (hourly rate for labor only, parts as required). Emergency service may be required at any time, 24 hours a day,7 days a week including holidays. Response time required within 3 hours of service call. Period of Performance One year with renewal for two additional years. Equipment to be serviced: •Ceiling hung CRAC unit Stultz manufacture, model OHS 120 DG, with roof mounted dry cooler, model EM 070-4H2C and pump package model GPS 015-D •Ceiling hung Florida Heat Pump unit, model PFG8, with Stultz dry cooler FSS-301A, and pump package. •Carrier 3 ton split system model 38BRB036300 Equipment may be inspected by appointment: INFORMATION WILL BE GIVEN AFTER THE AWARD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133F-11-RQ0387(GJB)/listing.html)
 
Place of Performance
Address: OFFICE FOR LAW ENFORCEMENT/F/EN, 8484 GEORIGA AVENUE, SUITE 415, SILVER SPRING, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02457437-W 20110527/110525235555-d8e9aacd631a3626b20f43670fc1a7e4 (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.