Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2004 FBO #1119
MODIFICATION

41 -- ADP Room Air Conditioning System (HVAC)

Notice Date
12/17/2004
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Commerce Information Technology Solutions, 1401 Constitution Avenue, N.W. Room 6514, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
CM1301-05-RQ-0007
 
Response Due
1/6/2005
 
Archive Date
1/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce, Office of Financial Management, Commerce Business Systems (CBS) Support Center (CSC) requires an HVAC system for their Automatic Data Processing (ADP) room. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document incorporates all applicable FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-25, including 52.212-1, Instructions to Offerors-Commercial; FAR 52.213-3, Offeror Representations and Certifications-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The full text of FAR provisions and clauses is available at www.arnet.gov. This is a small business set-aside, therefore numbered note 1 applies. North American Industry Classification System (NAICS) code 238220 is applicable. This small business size standard for this NAICS code is $12 million in average annual receipts. Background: The ADP room houses all equipment necessary for the numerous development platforms and network infrastructure for the CSC, e.g. servers, routers, local area network, etc. The existing unit provides cooling/heating to the ADP room only and would remain in place as a backup. The current unit is not capable of supporting the current heating/cooling requirements. Work Requirements: The CSC is in need of a dedicated air conditioning system for the ADP room. A split HVAC system has been identified. Attachment 1 depicts the ?Split System HVAC Unit Schedule? as indicated in the architect?s drawings. The temperature requirement for the ADP room is 68 degrees Fahrenheit. The architect?s drawings for the new system are available for review at the CSC. Interested firms will be required to view the drawings at this facility. Copies are not available for distribution. It is anticipated by the Government that all work shall be performed by the contractor during the facility?s normal hours of operation. If work time outside of the normal hours of operation is required, contractors shall include this information in their quote. In addition, all work shall be in compliance with the ?Landlord Construction Document Checklist? (Attachment 2) and the ?Avenel Business Park Construction Regulations? (Attachment 3). The successful contractor shall be required to sign Attachment 3. CONTACT Carol Silverman and Mark Highfield at the below e-mail addresses to request copies of the attachments. Work Times/Location: The CSC is located at 209 Perry Parkway, Suite 5, Gaithersburg, MD 20877 and the hours of operation are 7:00 a.m. to 6:00 p.m. It is anticipated that all work performed will be done by the contractor during the facility?s hours of operation unless otherwise noted on the contractor?s quote. Quotes: Firms interested in competing for this requirements should contact Carol Silverman (301-258-4505 X226 or E-Mail: csilverman@doc.gov) and/or Mark Highfield (301-258-4505 X427 or E-Mail mhighfield@doc.gov) for an appointment to view the architect?s drawings. Quotes shall include detailed descriptions of equipment being provided and any warranty information. Quotes shall include firm fixed prices and shall separately identify the prices for the following items: 1) an integrated dehumidifier; 2) temperature and moisture sensors that provide 24-hour monitoring of the LAN room via transmission of SMTP alerts; and 3) a programmable thermostat. Quotes shall include three (3) references for similar work performed by your company within the last 18 months. Quotes shall include a completed copy of the provision at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items. Questions regarding this synopsis/solicitation should be submitted to Carol Silverman, Contracting Officer, and Mark Highfield, Procurement Support Contractor via e-mail at the e-mail addresses listed above. Interested firms may submit quotes with the completed copy of FAR 52.213-3 via facsimile transmission, e-mail, or regular mail but quotes must be received by 5:00 p.m. eastern standard time on Thursday, January 6, 2005. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate the following factors: 1) technical capability of the item offered to meet the Government requirements, 2) price, and 3) past performance. Technical capability and past performance when combined are more important than price.
 
Place of Performance
Address: CBS Support Center, 209 Perry Parkway, Suite 5, Gaithersburg, MD
Zip Code: 20877-2171
Country: USA
 
Record
SN00722970-W 20041219/041217211615 (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.