Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2008 FBO #2243
SOLICITATION NOTICE

J -- Maintenance & Repair Refrigeration Support on various test chambers located at Aberdeen Test Center, Aberdeen Proving Ground, MD

Notice Date
1/15/2008
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK08T0112
 
Response Due
1/23/2008
 
Archive Date
3/23/2008
 
Point of Contact
Lise Patterson, 410-278-2926
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(lise.patterson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-08-T-0112. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. This procurement is full and open. The associated North America Industry Classification System (NAICS) Code is 811310 and the Business Size Standard is $6.5M. The contractor shall provide the following: Maintenance and Repair Refrigeration Support. Aberdeen Test Center (ATC) is a testing agency for the Dept. of the Army and houses various refrigeration systems that may not be comparable to private industry HVACR. ATC is looking for a privat e industry contractor to provide maintenance and repair services on various test chambers located at Aberdeen Proving Ground (APG). Contractor shall provide a Service Manager who will be responsible for the overall management and coordination of the contract and act as the central point of contact (POC) with ATCs Contracting Officers Representative (COR). The Service Manager will provide a Service Technician and/or Pipe Fitter/Welder within 24 hours of notification by the COR for regular repairs an d maintenance. For emergency repairs, the Service Manager will provide a Service Technician and/or Pipe Fitter/Welder within two (2) hours of notification. The technician and/or pipe fitter/welder shall respond 24 hours a day, 7 days a week, as requested b y the COR. The Service Technician and Pipe Fitter/Welder will perform maintenance, repairs, and operational adjustments to all Test Chamber support systems as requested by ATCs COR. The technician will record and discuss the findings with the C OR prior to any repairs. The technician shall provide a daily field service report that includes the contract delivery order, date, building number, equipment model number and serial number, parts replaced, quantity, description of malfunction, hours worke d on each task, and a brief description of the work performed. Some maintenance tasks will involve working directly with the facility operators to accomplish the work in a safe and timely manner. Maintenance labor shall include all areas associated with the field of Industrial HVACR. Equipment includes, but is not limited to: low temperature screw compressors; FES control automation systems; automated logic control systems; industrial air dryer systems; industrial conditioned makeup air systems; indu strial humidifiers; cascade systems; ammonia valve stations; ammonia pump packages; and industrial exhaust fans. Specific equipment and locations are listed below. Contractor shall provide a minimum one year warranty on all repair parts provided dur ing repairs. The Contractor shall replace repair parts that fail within the one year period at no cost to the Government. The contractor shall provide manufacture cut sheets, specification sheets, and manuals for all parts and/or equipment replaced or inst alled. Materials required to perform this scope of work may or may not be provided by the contractor under this contract as agreed upon by the Government COR and the Contractor. If repair part is already in-house, it will be provided by the Government. Con tractor will invoice the Government for repair parts and equipment on an agreed-upon pricing arrangement. All repair parts with a cost greater than $250 need prior approval by the COR. The Government Contractor shall provide fully qualified field pe rsonnel to accomplish all HVACR maintenance and repair tasks and control automation calibrations and adjustments as directed by the COR. Contractor or Service M anager must provide proof of competency by submitting a copy of their State of Maryland HVACR Masters License before award will be made. Service Technician must provide proof of competency by submitting a copy of their State of Maryland HVACR Journeymans License before award will be made. Technician shall have a minimum of five (5) years experience working with industrial refrigeration systems that utilize refrigerants such as: ammonia, R-22, 404A, and SUVA 95 and must submit resume documenting said previ ous job experience. Technician and Pipe Fitter/Welder shall be capable of obtaining a security badge for access behind the ATC security fence. Please see specific information regarding security badge requirements, safety and other visitor guidelines on our website at http://www.atc.army.mil. ATC Security Office is located in Bldg. 379. Hourly rates and cost for repair parts/equipment are to be submitted for evaluation. Estimated hours needed each year to provide this refrigeration suppo rt is: 300 hours of regular maintenance 140 hours of OT/Emergency maintenance/repairs. Two maintenance periods, totaling four (4) weeks, are conducted each year: Two (2) weeks in December and two weeks in July. Maintenance scheduled dates m ay vary if ATC has a critical army test that can not be delayed. Award is to be made for base year plus two (2) option years. Equipment and Locations - The service for the listed equipment below includes all sub-components and controls to pro vide a complete working system. Bldg 383A, B, C Climatic Chambers (3) Ammonia Compressor Package Systems (-70F) Manufacturer: GEA FES System Model: 5758 (3) Ammonia Compressor Package System (-35F) Manufacturer: GEA FES System Model: 2353B (3) Ammonia Compressor Package System (+35F) Manufacturer: GEA FES System Model: 155S (1) Ammonia Pump Package System (-70F) Manufacturer: GEA FES System Model: 2-APR-12-14 (1) Ammonia Pump Package System (-35F)<B R>Manufacturer: GEA FES System Model: 2-APR-42-10 (1) Ammonia Pump Package System (+35F) Manufacturer: GEA FES System Model: 2-APR-34-12 (1) Ammonia Receiver Vessel System (28,000 lbs R-717) Manufacturer: GEA FES System Model : 10210 (12) Chamber Ammonia Evaporators and Valve Stations Manufacturer: Phoenix Air Systems Model: CL2X (117,600 BTU Each) (3) Chamber Conditioned Makeup Air System (-70F) Manufacturer: Phoenix Air Systems Model: PD1-060A-SP (2) Chamber Exhaust Fans (5HP) Manufacturer: GreenHeck Model: 30-B1SW-41-X-1-11 (2) Chamber Exhaust Fans (2.5HP) Manufacturer: GreenHeck Model: 16-B1-SW-41-X-1-1 Bldg 384 Altitude Chamber (1) Chamber Rotary Vacuum Pump M anufacturer: NASH HYTOR Model: L10 (8) Refrigeration R-22 Package Systems (60HP) Manufacturer: York Model: EO Bldg 384D Humidity Chamber (1) Air-handling System (Steam heat and humidifier) Manufacturer: Kleen Air/Krack Corpor ation Model: KKA-10-32 Bldg 386 Climatic Chamber (1) 6x6 Ammonia Refrigeration Compressor Package Manufacturer: Frick Model: D-8 (1) 4x9 Ammonia Refrigeration Compressor Package Manufacturer: Frick Model: 137FJ (1) C ooling Tower Manufacturer: Baltimore Air Coil Model: VC1-38 Bldg 387 Climatic Chamber (2) 4x9 Ammonia Refrigeration Compressor Package Manufacturer: Frick Model: 70FJ and 71FJ (1) 5x5 Ammonia Refrigeration Compressor Package<BR >Manufacturer: Frick Model: 9097 (1) Cooling Tower Manufacturer: Baltimore Air Coil Model: VXC-90 Bldg 450 Climatic Chamber (2) Refrigeration R-22 Rotary Screw Package Systems (-65F) Manufacturer: Frick Model: RWB (1) PRR Refrigerant Recirculation System/Tank Manufacturer: Frick Model: 0010 (1) Cooling Tower Manufacturer: EVAPCO Model: AT8-212B-S ( 1) Cooling Tower Pump Package Manufacturer: Sterling Peerless Fluid System Inc. Model: F21230A (1) 3-Ton Refrigerant Pump Back System Manufacturer: Model: C3DH-0501-TFC-001 (1) 5-Ton Pump Refrigerant Back System Manufacturer: Model: SK0360DSD2 (8) Chamber Evaporate Air-Handling System (15HP Each) Manufacturer: N/A Model: N/A (2) Cool-Fog Chamber Humidifiers Manufacturer: Hammond Model: A-825 (2) Steam Generator Chamber Humidifiers Manufa cturer: Armstrong Model: EHU-704 Bldg 737E Climatic Chamber (1) Cascade Refrigeration Rack (404A and Suva 95) Manufacturer: Environtronics Inc Model: WPH4562-2-30 (1) Chamber Conditioned Makeup Air System Manufacturer: DesCha mps Model: PVW2WDR CLIN 0001  Price Breakout: Hourly rates shall be given as: - Regular time is Monday through Friday, 7:30 a.m.  4:00 p.m. - Saturday and over 8 hours Monday through Friday - Sundays and Holidays Service Manager - $__________per hour regular time $__________per hour Saturday and over 8 hours $__________per hour Sundays and Holidays Service Technician - $__________per hour regular time $__________per hour Saturday and over 8 hours $__________per hour Sundays and Holidays Pipe Fitter/Welder - $__________per hour regular time $__________per hour Saturday and over 8 hours $__________per hour Sundays an d Holidays CLIN 0002  Repair parts and maintenance materials - Cost + ________%; Equipment to be repaired - Cost + ________%. CLIN 0003  Cost for Providing Accounting Data Services. $___________. The C lause AC 52.0237-4005 has been added and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at CLIN 0003. If no direct cost is associated with providing the data, enter No Cost. Full text of this clause will be provided upon written request by fax or email to Lise Patterson, lise.patterson@us.army.mil; fax 410-306-3720. Period of Perform ance is 01 March 2008 through 28 Feb 2009. For TECHNICAL questions, please contact: Kirk Simmons at 410-278-5559, kirk.simmons@us.army.mil. Please contact the POC listed below, Lise Patterson, if you have any further questions. In accordan ce with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to the competency of offeror and shall be based on information fu rnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most adva ntageous to the Government, price and other factors considered. The following clauses will be incorporated by reference: 52.209-6, Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarmen t; 52.213-2, Invoices; 52.212-4, Contract Terms and Conditions Commercial Items; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend Term of the Contract; 52.223-11, Ozone-Depleting Substances; 52.232-1, Payments; 52.237-1, Site Visit; 52.237-2 , Protection of Government Property; 52.243-1 ChangesFixed Price; 52.246-4, Inspection of ServicesFixed Price; 52-247-34, F.O.B. Destination; and 52.249-4, Termination for Convenience of the Government (Services). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The government will award a contract to the offeror whose offer conforms to this solicitation and will b e most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items; and DFAR 252 .212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clau ses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 5 2.222-26, Equal Opportunity; FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Dis abled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicab le to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause 252.212-7001 are applicable: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payment Program; Electr onic Submission of Payment Requests; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/fa r/index.html . Responses to this RFQ must be signed, dated, and received via electronic mail or fax by WEDNESDAY, January 23, 2008 no later than 4:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Lise Patterson), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr .gov. For questions concerning this solicitation contact Lise Patterson, Contract Specialist Intern, via fax 410-306-3720, or email lise.patterson@us.army.mil .
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01485834-W 20080117/080115224303 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.