Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1999 PSA#2316

EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E., Washington, DC 20374-5018

Z -- MAINTENANCE, REPAIR, AND ALTERATION FOR HVAC & R SYSTEMS SOL N68925-99-R-A041 DUE 060399 POC Charles Plis, Contracting Officer, (202) 685-8201 DESCRIPTION: The intention of this solicitation is to obtain services for the scheduled and unscheduled maintenance and repairs of, alterations to, and new installations of heating, ventilation, air conditioning, and refrigeration (HVAC&R) equipment systems (including, but not limited to chillers, air handlers, pumps, water towers, cooling towers, rooftop units, expansion/holding tanks, DX split/heat pumps, fan coil units, package units, boilers, heat exchangers, computer room units, fans, compressed air systems, steam pressure regulating valves, and all controls) for facilities located within a 100 mile radius of the Washington Navy Yard, Washington, D.C. Locations may include, but are not limited to, Washington Navy Yard, Naval Station Anacostia, Naval Observatory, Arlington Service Center, National Naval Medical Center, Solomon's Islands, Naval Medical Information Center, Naval Research Laboratory, Naval Medical Information Management Center, Naval Medical Research Institute, etc. Work locations are Navy and non-Navy Government facilities. This will be a source selection procurement for a combination firm fixed-price and indefinite quantity contract that will include a base year and up to four option years. The contractor shall provide all labor, materials, supplies, tools, equipment, transportation, management, and supervision as necessary to meet contract requirements. The work shall include, but not limited to: response to and completion of Emergency and Routine service calls in which the contractor shall take all necessary actions to ensure proper operation within industry standards of the specified equipment; operational maintenance inspections; preventive maintenance and inspections (PMI), seasonal start-ups and shut-downs; chemical treatment of water towers; and unscheduled repairs. HVAC equipment includes industrial grade, light commercial grade, and residential grade equipment in buildings. Award will be based on the basis of Best Value to the Government, price and technical factors considered. Selection criteria are: Relative Experience, Project Staffing, Corporate Management Support, Past Performance (1- Quality, Workmanship and Scheduling; 2-Safety and Health Information) and Price. The Standard Industry Code is 1711. The related Small Business size standard is $7 million. This procurement is unrestricted with the award being issued pursuant to the Small Business Competitiveness Demonstration Program. The date of issuance for the RFP solicitation is on or about 30 April 1999. The cost for each set of plans and specifications is $13.00 and is non-refundable. To obtain plans and specifications make check or money order payable to U.S. Treasury and send to Defense Printing Service Detachment Office, Washington Navy Yard, 901 M Street, SE, Building 21, Washington, DC 20374-5030, attn: Mr. Kevin Gable (202) 433-3811. To obtain a planholders list, fax your request to Mr. Gable @ (202) 433-2399. The list will be mailed to you. Contractual/technical/information questions must be requested in writing to Charles Plis, Contracting Officer, fax (202) 685-8236. Plans and specifications will be provided on a first requested-first served basis. It is highly recommended that your authorized representative pick them up in person. When submitting your completed proposal be sure to refer to the correct address for delivery. Posted 03/31/99 (W-SN314913). (0090)

Loren Data Corp. http://www.ld.com (SYN# 0286 19990402\Z-0034.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page