SOLICITATION NOTICE
J -- PROVIDE PREVENTATIVE AND REMEDIAL MAINTENANCE TO HVAC SYSTEM
- Notice Date
- 7/17/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, U S GEOLOGICAL SURVEY, APS ER TEAM A, ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS152, ROOM 3A305 RESTON VA 20192
- ZIP Code
- 20192
- Solicitation Number
- 08ERSS0014
- Response Due
- 7/24/2008
- Archive Date
- 7/17/2009
- Point of Contact
- MARGARET A. FRITTS CONTRACT SPECIALIST 7036487381 mfritts@usgs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment to Solicitation #08ERSS0014 is issued to extend the response date from 7/17/2008 to 7/24/2008, to answer questions provided by vendors and to provide a revised Statement of Work to include Model numbers and replacement of air filters schedule (changes in sow are indicated with two ** 's before and after item). Question for Solicitation 08ERSS0014 1. During our site visit we noticed that many items that required preventive maintenance are not listed in the solicitation (i.e., motor control centers, critical valves, fire control valves, and expansion tanks). We assume there was a reason, however some of this equipment can effect the operation of other equipment listed. Are we correct to exclude any such equipment as part of our response to your solicitation? Please include in your proposal. 2. During our site visit, we were verbally made aware that some listed equipment was currently not operative. Please advise these items, and/or if should be excluded as part of our response to your solicitation. Equipment list is updated to include Model #'s 3. Why was there no provision in the solicitation for asbestos awareness? Through this site visit we also notice asbestos present in all mechanical areas. As part of our company's responsibilities all our mechanics working in areas must be informed of conditions and received asbestos awareness training and desired equipment prior servicing. Additionally, who will remove asbestos if a repair needed in these areas? Asbestos abatement was completed on the Gabrielson Building in 1991, this was before my time, and however, there are several boxes of records from this. It should be assumed there is none left, however proper PPE is suggested. If asbestos is discovered during repairs, it should be addressed at that time. 4. Can you clarify all of section of solicitation for (b) Lighting: Interior and Parking? This section reads to us that we will be responsible for all lighting for the interior and parking, plus the installation of some new lighting equipment. Also, is there (and will there continue to be) any inventory of light bulbs or replacement parts on hand? This only would apply if this was new construction of Electrical/Lighting work.5. What is the limit on how many $2,500 repairs will there be done annually? Normally, there will be a limit of how many single repairs are done annually, so all the contractors can fairly bid the contract cost for these repairs. There is no way to predict how many single repairs will be needed during a given time, if repairs are necessary, recommendations for the repairs will be given with a quote. 6. Is there a section in solicitation for Water Treatment? It is required in the Statement of Work to provide testing of Compressor oil and Glycol and provide recommendations if there are discrepencies. 7. Is the HVAC Water Systems 2 or 4 pipe systems? Field Verification was expressed in the Statement of Work, however, there is a chilled water loop and a hot water loop. 8. Is there any major or minor deficiencies in the equipment that USGS is currently aware? To date, all equipment was performing as expected. PERFORMANCE-BASED STATEMENT OF WORKI. GENERAL INFORMATIONA.Introduction This contract is for the performance of regular monthly and yearly preventative maintenance and routine repair/replacement service for the Heating, Ventilation and Air Conditioning system (HVAC) located at USGS/PWRC Gabrielson Lab (Bldg 135) 12100 Beech Forest Rd Laurel MD 20708. B. Background The Gabrielson Lab (Bldg 135) was built in the late 1960's and the HVAC systems were renovated in the mid 1990's. The system is at or beyond its expected life cycle, therefore a service contract is necessary to extend its life and help with needed repairs. C. Definitions/Applicable Documents N/A D.Scope This procurement will allow PWRC to have a contract in place to maintain mission critical HVAC equipment, provide heating/cooling system start up and shut down and to minimize downtime. The contractor will also provide emergency service on an "as needed" basis. Contractor will provide an emergency service phone number. Specific details of this service and equipment are below. II. WORK REQUIREMENTSA. Technical RequirementsServices included in this Statement of Work are as follow:Provide preventative and remedial maintenance to the following equipment (contractor to field verify):Dunham and Bush Chillers **Model ACWC185SDQ**2 Weil Mclain Model 688 oil fired boilers**1 Phoenix Day Tank System Model DDE100**2 Trane Climate Changer air handlers **(1) Model H35** **(1) Model H41**2 Peerless return air fans **(1) Model 445** ** (1) Model 490**Larkin Dry Cooler **Model PFG14460 (for Computer Rm)** **2HP Circulating Pump for Larkin Dry Cooler**2 Inline Fans **(1) Peerless HP** **(1) Twin City TCVA**6 Exhaust fans **(1) GE Model 5KH43MG129E** **(1) GE Model 5KH43MG252A** **(1) GE Model 5KH43MG130G** **(1) Dayton Model 6K0300** **(1) Dayton Model 3K091A** **(1) Dayton Model 5K221C**4 B&G Series 1510 centrifugal hot water pumps2 Circulating Pumps **(1) B&G M10534** ** (1) AB Smith HW2024B 882 B&G Series 1510 centrifugal chilled water pumps4 ABB Variable Speed Drives **4 Penthouse Heaters (hot water w/fans)**Blazer Computemp ** Model 100WG (for Computer Rm)** 1.Preventative and remedial maintenance items required for equipment listed above:Provide regular equipment inspections. Define periodicity.Clean, inspect, test and properly adjust all equipment as required. (As per manufacturers recommendations or greater. Also includes coils, pans, drain lines and water systems, etc.)Check, verify and adjust as needed all equipment operational pressures.Oil, lubricate and grease all required equipment and parts. (As per manufacturers recommendations or greater)Provide seasonal start up, changeover maintenance and lay up as required. ( Chiller requires isolation of exterior unit and charge water lines w/ on site glycol in winter, removal of glycol to USGS provided barrels and recharge the complete loop w/ water in the summer)Provide an annual boiler shutdown consisting of firebox brushing/cleaning, new nozzles, oil filters, burner set-up, efficiency testing and maintenance materials, i.e. gaskets, nozzles, filters etc.Replace/adjust all belts as needed.Replace all air filters as required. **(every 3 months)**Sample/test compressor oil and glycol annually for problem indicators and make recommendations.Report all recommendations and deficiencies.Provide on site log to report date of services with actions taken.Provide (12) twelve operating inspections. 2. Criteria for acceptance of Product or Service Receipt of a detailed work ticket and entry into an on site log with date and details of completed work. The completed work will be judged on the efficiency of the system, lack of downtime and responses to emergencies. B.Deliverables The contractor is to provide all material, labor supervision and technical expertise to maintain and repair the above referenced equipment in accordance with manufacturers' guidelines and industry practices. The contractor will provide 24 hour emergency service with a response time of no more than 2 hours after receiving the emergency call. The amount of a single repair is limited to $2,500.00; any repairs over this amount require competitive bidding. 2. Delivery dates for work/product to be completed and point of delivery. N/A III.SUPPORTING INFORMATION A.Place of Performance. Gabrielson Lab Bldg 135 B.Period of Performance is 365 days from the establishment of this contract. After such time this contract may be extended for option years one, two, three and four and modified to increase funds available. C.Government Furnished Property (GFP), list property and its value. N/A D.Special Considerations 1.Technical/government liaison for this contract is the USGS Facilities Manager, John Weant or members of the Facilities Team located at the Service Bldg 12311 Beech Forest Rd Laurel MD 20708. 2.Safety, Environment Contractor will wear proper PPE when necessary and work safely within State and Federal OSHA mandated guidance. 3.Security/Privacy issues (ingress to Federal buildings, personnel clearances, SSN of contractors). None at this time, the contractor that is awarded this contract will be trained on the procedures of entry and exit of our facility to include checking in and checking out at the Service Bldg #103 during times of work.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3325c0c8f19884d4f56ab076daee259&tab=core&_cview=1)
- Place of Performance
- Address: 12100 BEECH FOREST RDLAUREL, MD
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN01617168-W 20080719/080717222454-e3325c0c8f19884d4f56ab076daee259 (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 |