Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

J -- Annual Maintenance and Emergency On-Call Service for Chillers

Notice Date
9/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
6913G619Q300006
 
Archive Date
12/31/2018
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G619Q300006 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-100 effective August 28, 2018. The NAICS Code is 811310; the Small Business size standard is $7.5 million. This requirement is a 100% Small Business Set-Aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement for Annual Maintenance and Emergency On-Call Repair Services for three chillers, One (1) 665 Ton York Screw Chiller, one (1) 800 Ton Carrier Centrifugal Chiller and one (1) Trane Steam Absorption Chiller located at the Volpe Center 55 Broadway, Building 5, Cambridge, MA 02142, in accordance with the Statement of Work (SOW) below. Statement of Work - Begin: ANNUAL MAINTENANCE AND EMERGENCY ON-CALL SERVICE FOR CHILLERS General Description The Contractor shall provide annual maintenance, start-up and emergency on-call response and repair for three (3) Chillers; One (1) 665 Ton York Screw Chiller model # YSFCFBS5CUAS, one (1) 800 ton Carrier Centrifugal Chiller model # 02XRV475DGS64/R134/480V/3/60 and one (1) Trane Steam Absorption chiller model # 02ABSCO7C41CICIBIBAEDPS, located at the John A. Volpe National Transportation System Center (Volpe Center), 55 Broadway, Building 5, Cambridge, MA. 02142. Period of performance The period of performance will be date of award through September 30, 2019. Scope The Contractor shall provide certified service technicians in maintenance and repair of the three (3) chillers listed above. These chillers are operated and maintained on a daily basis by on site Government employees. CLIN 0001 Contractor shall provide emergency on-call response and repair services for one (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. The Contractor shall be available 24 hrs/day, 365 days/year, for emergency repairs and shall respond on site within two (2) hours of being notified of an emergency service need. Contractor shall not perform any emergency service work unless approval is given by the Building 5 HVAC Supervisor (Gary See). Existing equipment is located in Building #6, within Volpe Center Complex. The contractor shall provide all labor, materials and equipment to service and repair chillers. This task shall provide supplementary emergency repair service to existing chillers. CLIN 0002 Contractor shall provide annual maintenance and annual start-up of (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. This task shall provide annual scheduled maintenance to existing chillers. Maintenance shall be scheduled and completed during normal business hours or 6:30am - 6:30 pm, Monday through Friday, excluding Federal Holidays. Work to include: 1) Initial start-up of chiller in Spring-2019 (March 20-June 20). Start-up shall include: 2) Test the oil from the two electric chillers for contaminants and test the lithium bromide from the steam chiller for contaminants. Notify the Government of the test results. 3) In the electric chillers, change the oil and oil filters, leak test each chiller, trim refrigerant charges and add refrigerant (up to 50% of charge) if necessary. As necessary (based on the test results) replace lithium bromide in the steam chiller (up to 50%). 4) Remove both heads on condenser section of all three chillers and clean tubes. Remove absorber heads on Trane steam chiller and clean absorber tube bundles. 5) Test and inspect chiller controls and safeties. 6) Lubricate electric motor (Screw Chiller), clean air passages and meg-Ohm motor windings. 7) On all three chillers remove heads on evaporator section for inspection of tube bundle. Eddy current evaporator and condenser bundles on the electric chillers and eddy current absorber tube bundles on the steam chiller. Submit eddy current report to Building 5 HVAC Supervisor. 8) Assume that a total of three tubes need to be plugged as a result of the eddy current test Place of Performance All work will be performed at the Volpe Center, 55 Broadway, Cambridge, MA 02142 Sustainability To the maximum extent possible and consistent with the Federal Acquisition Regulations Part 23, the Government requires during the performance of the work under this Statement of Work (SOW) the Contractor to provide or use products that are: energy efficient (ENERGY STAR® or Federal Energy Management Program (FEMA)-designated); water-efficient; bio based; environmentally preferable (e.g., EPEAT-registered, or non-toxic or less toxic alternatives); non-ozone depleting; or made with recovered materials. Unless otherwise identified in this SOW, each recovered materials or bio based product provided and delivered must meet, but may exceed, the minimum recovered materials or bio based content of an EPA- or USDA-designated product. The sustainable acquisition requirements specified herein apply only to products that are required to be: (1) delivered to the Government during contract performance; (2) acquired by the contractor for use in performing services (including construction) at a Federally-controlled facility; (3) furnished by the contractor for use by the Government; or (4) specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. Statement of Work - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. The offeror's price quotation shall include a firm fixed price for each CLIN identified below, in accordance with the Statement of Work (SOW) above: CLIN 0100 - Emergency On-call Services to one (1) York Chiller One (1) Carrier Chiller and one (1) Trane Chiller, 1 LS tiny $___________________ CLIN 0200 - Annual Maintenance and Start-up Services for one (1) York Chiller, one (1) Carrier Chiller and one (1) Trane Chiller $ $___________________ Total for CLINs 0100 - 0200: $___________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. An award will be made to the offeror whose offer is considered to be the best value to the government based on the price. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. Bidding Information: It is estimated that 120 hours of labor will be used to respond to Task 1 (Emergency Repairs) and necessary labor and materials to complete work listed under Task 2. Contractor shall bid this job as "lump sum", allowing 120 hours to Task 1 and necessary hours and materials for task 2. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 10/02/2018. The Contractor shall meet Federal Security requirements and applicable Volpe Center Security requirements to access a United States Department of Transportation facility. The Contractor may be required to present picture identification of employment. The Government reserves the right to deny access to U.S. owned facilities to any individual. A pre-bid site visit is scheduled for September 26, 2018 from 9:00am to 10:00am, all interested contractors are invited to attend. All notifications of attendance should be emailed to the Contracting Officer (CO) @ karen.marino@dot.gov. All questions concerning the SOW shall be forwarded in writing to the CO. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.232-33 and 52.232-40. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following FAR Clauses and Deviations also apply: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (APR 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 7 43 of Division E, Title VI I, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f653b96dfe0309c92fff4e2026b6071f)
 
Record
SN05102860-W 20180926/180924231148-f653b96dfe0309c92fff4e2026b6071f (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.