Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2002 FBO #0332
SOLICITATION NOTICE

J -- ANNUAL MAINTENANCE OF YORK CHILLERS, STARTERS AND SPEED CONTROLS

Notice Date
10/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Morgantown - NIOSH, 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2003-Q-00704
 
Archive Date
11/28/2002
 
Point of Contact
Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083,
 
E-Mail Address
bcg1@cdc.gov, rsw1@cdc.gov
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued unrestricted as Request for Quotation No. 2003-Q-00704. The NAICS is 811310 with a size standard of $5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The National Institute for Occupational Safety and Health (NIOSH) has a requirement for maintenance of three York chillers, starters and speed controls located at the NIOSH facility in Morgantown, WV for the period December 1, 2002 through September 30, 2003. SCOPE OF WORK: (1) PREVENTIVE MAINTENANCE SYSTEM TESTING AND INSPECTION. Contractor shall provide job labor and travel labor and all related tools and material for all maintainable portions of the equipment including, but not limited to, lubricating oils, gaskets, refrigerants, filters, paints, electrical components, pipe fittings to keep the equipment in perfect working order including monthly visits during the cooling season to record and document operating data and inspect the operation of all sensors and switches, the contractor shall provide a complete inspection report for each chiller including all readings for water and refrigerant pressures and temperatures. The contractor shall clean condenser waterside tubes, clean and inspect starters and speed drives, service the purge system, change speed drive cooling fluid and change oil and filters taking samples of oil and refrigerant for lab sample analyses annually during the non-cooling season. The contractor shall provide complete lab analyses of the refrigerant and oil samples for acids and metals. The system shall be tested for motor winding resistance, refrigerant charge, safety controls, flow switches, heaters, low temp controls and worn parts all defective parts found during system testing shall be replaced; (2) REPLACEMENT PARTS AND FLUIDS. The contractor shall provide only York factory approved replacement parts and York brand oils and speed drive fluids. The contractor is responsible for all replacement parts including refrigerants and related filters and dryers if the charge is lost due to a leak or defect in the equipment or lost or contaminated during service. The contractor shall pay all shipping fees including overnight shipping for emergency repair parts; and (3) UNIT REPAIRS AND TROUBLE CALLS. The contractor shall provide 24 hour on-site service including weekend and holidays emergency service within three hours of initial call and all job labor and travel labor including overtime and all related tools and transportation including material for unscheduled repairs and emergency repairs of all portions of the equipment including, but not limited to, lubricating oils, gaskets, refrigerants, filters, paints, electrical components, pipe fittings, system sensors, control units, unit starters, speed controls, solid state circuit boards, control actuators, bushings, bearings, gear systems and motors. CONTRACTOR RESPONSIBILITY: The contractor shall provide all preventive maintenance replacement parts and unit repair and trouble call service as described above on three York code-pack liquid chillers: one (1) model YTC3C3CE-CKF serial #YMBM092626, 300 TON unit and two (2) model YTK9L6F2-CWF serial # GACM092526 and GACM100021, 750 ton units located at CDC/NIOSH in Morgantown WV. THE CONTRACTOR'S RESPONSIBILITY IS FOR THE ENTIRE UNIT INCLUDING ELECTRICAL STARTERS AND SPEED CONTROLS. The contractor's responsibility shall stop at the main system connections for electric at the main feed connection in the unit starter, condenser water at the machine connection flange, and chilled water at the machine connection flange. The contractor will not be held liable for repairs due to corrosion damage to the equipment due to poor water treatment. All prices shall be F.O.B. Destination. Offers will be evaluated to determine technical compliance with the specification and past performance. EVALUATION FACTORS: All quotes received will be evaluated against the following three criteria. Quotes shall be prepared in a manner that will allow for consideration of these criteria: (1) Understanding and Approach - Demonstrate a thorough knowledge and understanding of the requirements of providing a full range of maintenance services for the specified York chillers, starters and speed controls and your approach for ensuring that contract requirements are met. Access to and availability of parts, as specified, shall be identified. (40%) (2) Qualifications and Experience of Key Personnel - Detail relevant experience and qualifications of the proposed key personnel in providing high quality preventive maintenance and emergency repair services. Indicate the degree of familiarity key personnel have with the specified York chiller system. (40%) (3) Firm's Experience - Show previous experience in performing maintenance and repair services of similar size and complexity to this project and provide at least three references. (20%) The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered "best value" to the Government, price and other factors considered. Your quotation must contain sufficient information to demonstrate compliance with all requirements included herein, or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); 52,212-2, Evaluation -- Commercial Items (Jan 1999); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act - Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.34, and Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for clauses in full text. Forms are available at http://www.gsa.gov/forms. OFFERS ARE DUE Wednesday, NOVEMBER 13, 2002, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor quotation) with monthly pricing for 10 months and a copy of your standard service agreement modified as appropriate to meet the government?s specification; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (April 2002); (4) information which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All offers must include a specified expiration time for the quote (60 days desired). Before the offer's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. Submit quote to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2002-Q-00704, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency.
 
Place of Performance
Address: 1095 Willowdale Road, Morgantown, WV
Zip Code: 26505
 
Record
SN00194738-W 20021030/021028213215 (fbodaily.com)
 
Source
FedBizOpps.gov 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.