Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

J -- HVAC SERVICE MAINTENANCE - Package #1

Notice Date
10/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-12-Q-XCC013
 
Archive Date
11/8/2011
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE PACKAGE 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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HSCG27-12-Q- XCC013 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 238220 and the small business size standard is $14.0 M. The FOB Destination delivery is to: USCG CAMSLANT, 4720 Douglas A. Munro Rd, Chesapeake, VA 23322-4399 on December 01, 2011. Offers are due at USCG BSU Portsmouth, VA, by the Close of Business on October 24, 2011. Questions may be directed to Angel Pol, telephone (757) 483-8541 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: MK1 Daniel Payne @ (757) 421-6407. The USCG CAMSLANT has a requirement for: HVAC maintenance and service. Contract will be for a base year and 4 option years. Base Year (12/1/11 - 11/30/12) Option Year 1 (12/1/12 - 11/30/13) Option Year 2 (12/1/13 - 11/30/14) Option Year 3 (12/1/14 - 11/30/15) Option Year 4 (12/1/15 - 11/30/16) 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to perform Heating Ventilating Air Conditioning (HVAC) Maintenance and Service. It is the intention and meaning of this contract to provide and secure preventive and corrective maintenance of the air-conditioning and heating systems for a twelve (12) month period located at U.S. Coast Guard CAMSLANT Transmitter Site Pungo, 1900 Indian River Road, Virginia Beach, VA. 23456. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by 10 working days after contract award. 3. SCOPE OF WORK: a) The contractor shall maintain a comprehensive maintenance program based on manufactures recommendations as well as industry standards on the equipment that is identified on the "System Component List". Preventative maintenance inspections and servicing are completed quarterly/annual and shall include but is not limited to the following: "INSPECTIONS" I. Compressors: Quarterly 1. Remove/replace access panel/cover. 2. Check unit for proper operation, excessive noise or vibration. 3. Check oil level in compressor and add oil as required. 4. Check refrigerant pressures, add refrigerant as necessary. 5. Check contactors, sensors and mechanical limit, adjust as needed. 6. Inspect refrigerant piping and insulation. 7. Clean compressor and surrounding area. 8. Ensure proper operation of crankcase heater. 9. Fill out maintenance checklist and report deficiencies. II. Condenser: Quarterly 1. Check with operating or area personnel for deficiencies. 2. Check unit for proper operation, excessive noise or vibration. 3. Lubricate shaft bearings and motor bearings. 4. Inspect fans or blowers for bent blades or imbalance, adjust as necessary. 5. Inspect piping and valves for leaks, tighten connections as necessary. 6. Clean area around equipment. 7. Fill out maintenance checklist and report deficiencies. Annually 1. Pressure wash coils and fans with coil cleaning solution. 2. Check electrical wiring and connections; tighten loose connections. III. Chill Water Annually 1. Check condition of chill water and treat chill water as necessary. IV. Air Handler: Quarterly 1. Check condition of chill water and treat chill water as necessary. 2. Check controls and unit for proper operation. 3. Check for unusual noise or vibration 4. Lubricate shafts and motor bearings. 5. Check belts for wear, proper tension and alignment; adjust as necessary. 6. Inspect exterior piping and valves for leaks; tighten connections as required. 7. Replace air filters. 8. Clean around equipment. 9. Fill out maintenance checklist and report deficiencies. Annually 1. Clean coils, evaporator drain pans, blower, motor and drain piping as required. 2. Check operation and clean dampers, louvers and shutters; lubricate all pivot points and linkages. 3. Clean fan. V. Heat Pump: Quarterly 1. Check condition of chill water and treat chill water as necessary. 2. Check unit for proper operation, excessive noise or vibration. 3. Clean intake side of condenser coils, fans and intake screens. 4. Check belts for condition, proper tension and misalignment; adjust as required. 5. Lubricate shaft bearings and motor bearings. 6. Inspect piping and valves for leaks; tighten connections as necessary. 7. Replace air filters. 8. Check refrigerant pressure; add refrigerant as necessary. 9. Cycle the reverse cycle valve to insure proper operation. 10. Clean around equipment. 11. Fill out maintenance checklist and report deficiencies. VI. Boiler, Electric: Quarterly 1. Check with operating or area personnel for deficiencies. 2. Check hot water pressure gauges. 3. Check operation and condition or pressure relief valve. 4. Check for proper operation of primary controls for resistance-type or electrode-type heating element; check and adjust thermostat. 5. Check electrical wiring to heating elements, blower motors, over current protective devices, grounding system and other electrical components as required. 6. Check over temperature and over-pressure limit controls for proper operation. 7. Check furnace operation through complete cycle or up to 10 minutes. 8. Clean area around boiler. 9. Fill out maintenance checklist and report deficiencies. VII. Misc. Preventative Maintenance: 1. Exercise standby air-handling system for 30 minutes each quarterly visit. 2. Exercise administration area heating system prior to Fall operation. 3. Exercise standby 40-ton cooling system for 30 minutes each quarterly visit. b) At the end of each visit, regardless of the purpose of the visit, the contractor shall provide to on site Contracting Officer's QAE Representative a written report in such detail that describes the work performed, parts replaced, and recommendations for improvement. c) The contractor shall provide all parts, cleaning gear, lubricants, materials and equipment necessary, for performing "Preventive Maintenance". d) The contractor shall provide all materials, lubricants, equipment, and parts for performing "Corrective Maintenance" necessary for returning the equipment to its normal operating parameters. e) It is the contractor's responsibility to perform all minor "Corrective Maintenance" totaling up to (4) labor hours or less including up to a maximum cost of $250.00 which is included in the total fixed price of this contract. If the contractor finds that the materials or labor hours will exceed this threshold the contractor must notify the Contracting Officer's QAE Representative prior to commencement of "Corrective Maintenance" for funds approval. At this time, the contractor must also establish and provide to the Government a defined scope of work including a detailed cost proposal. f) The contractor shall establish and utilize a means for receiving via telephone, answering service, etc., emergency service call work authorizations 24 hours per day, seven days a week, including weekends and holidays at no additional cost to this contract. The 24 hour call-back service will be used for notifying the contractor of abnormal operations in the air-conditioning systems. The call-back service personnel shall arrive at the Transmitter Building within four (4) hours after receipt of the emergency service call. "SYSTEM COMPONENT LIST" Chiller System: Chiller Units 60 tons: (C-1, C-2, C-3) - three each Dunham Bush Model # ACDR70A Serial #s C-1: 4525901C95D, C-2: 4525901B95D, C-2: 4525901A95D 208 volts, 3 phase 60 hz Control 115 volts 1 phase 60 hz Chiller Units Include: (a) Compressor Motors Model 6DM33500FSU 208 volts, 3 phase, 60 hz Model 6DG33500FSU 208 volts, 3 phase, 60 hz (b) Condenser Fan Motors 208 volts, 3 phase 60 hz 1.5 hp 6 Fans per each Chiller Unit (c) Crank Case Heater 120 volts, 1 phase, 60 hz, 100 hp 2 each per Chiller Unit (d) Chiller Heater 120 volts, 1 phase, 60 hz, 420 hp Chill Water System: (a) Water Pumps Balder (P-1 & P-2) - two each 208 volts, 3 phase, 60 hz, 10 hp, 1725 rpm (b) Chill Water Piping (c) Chill Water including additive Air Handler System: Air Handling Unit (AHU-1) - one each Dunham Bush Model # HCS17MF4728701 Serial # No: 47287-01A95D 208 volts, 3 phase, 60 hz, 7.5 hp Return Air Fan (RAF-1) - one each Dunham Bush Model # HF014LFA728702 Serial#: 47287-02A95D Return Air Fan (RAF-3) - one each Reliance ID # P21J32A L2 208 volts, 3 phase, 60 hz, 5 hp Air-Handling Unit (AH-5) - one each Chrysler Air-Temp Model # AV 41 Serial # 5F115246 208 volts, 3 phase, 60 hertz, 10-hp, 1,745 rpm, Drive Motor Filter Boxes (AH-5) - one each Cambridge Filter Corporation Model # SFM 40-100 Serial # S75-6951 and S75-6952 Pre-filter # S3L1-40, 10 each (bag type 24 x 24 x 18) Final filter # S3XC1-95, 10 each (bag type 24 x 24 x29) Administration Area Air-Conditioning System, one each, 3.5 tons Condensing Unit (CU-6), one each Carrier (residential R-22 A/C Unit) Model # 38ck042500 Serial # 1993e18970 Air-Handler Unit (AH-6), one each Cambridge Filter Corp. Model # AV03 Serial # 5F115242 208 volts, 60 hz, 3 hp, 1750 rpm, drive motor Filter Boxes (AH-6), two each Cambridge Filter Corp. Model # SFM 20-30 Serial #s S75-6953 and S75-6954 Pre-filter #s. S3L1-40, one each (bag type 24 X 24 X 18) and S3M1-40, one each (bag type 24 X 24 X 18) Final-filter # S3PC1-95, one each (bag type 24 X 24 X 21) Heater Core (xxx), one each Part of the Air-handler unit (AH-6) Boiler System: Reimer Electra Model # HLR30 Serial # 56258 208/120 volts, 3 phase, 60 hz Return Air Fan (RAF-4) - one each Reliance ID # C48E501M-D2 115 volts, 1 phase, 60 hz, 1/3 hp, 7.5 hp, 1725 rpm Standby Air System, one each Supply Fan, one each Loren Cook Co. Type CH Belt Drive 208 volts, 3 phase, 60 hz, 10 hz 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Petty Officer Payne @ (757) 421-6407. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is Petty Officer Payne @ (757) 421-6407. Inquiries concerning any phase of the specification before or after award shall be made to CWO4 Rick Hawley @ (757) 421-6289. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The CAMSLANT Transmitter Site Pungo Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of Coast Guard CAMSLANT Transmitter Site Pungo. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009)(29 U.S.C. and 41 U.S.C. 351); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2543, Revision No: 13, Dated 06/17/2011 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-12-Q-XCC013/listing.html)
 
Place of Performance
Address: USCG CAMSLANT, 4720 DOUGLAS A MUNRO RD, CHESAPEAKE, Virginia, 23322-4399, United States
Zip Code: 23322-4399
 
Record
SN02604061-W 20111008/111006234951-ff355a10e7380fff39cbb5988681106c (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.