Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

41 -- Remove Existing and Install New Computer Room AC Units - DOL Wage Determination

Notice Date
7/29/2008
 
Notice Type
DOL Wage Determination
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133W-08-RQ-0826
 
Archive Date
8/23/2008
 
Point of Contact
Linda C Stein, Phone: 757-441-6573
 
E-Mail Address
linda.c.stein@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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. The Request for Quotation (RFQ) number is EA133W-08-RQ-0826. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The FSC for this is J045 and the North American Industry Classification System (NAICS) Code is 238220, small business size standard is $13.0 million in annual sales. The National Oceanic and Atmospheric Administration (NOAA), National Weather Service, Wilmington, North Carolina has a requirement for labor and material necessary to remove existing Liebert AC units and furnish and install new computer room air conditioning units, as per the following Statement of Work Statement of Work Work Site: NATIONAL WEATHER SERVICE FORECAST OFFICE 2015 GARDNER DRIVE WILMINGTON, NORTH CAROLINA 28405 Equipment to be provided and installed: (2) Computer Room Air Conditioning (CRAC)-1,2 Direct Expansion (DX) units, 35 kW (10 tons) Main Module, Air Cooled, Electric Reheat, Replaceable Humidifier Down flow Air Discharge 480V/3Ph/60Hz, 400-480V HIGH LIFT CONDENSATE PUMP 2 SMOKE DETECTOR 2 SPOT WATER DETECTOR 2 S/A FIRESTAT SWITCH DOWN FLOW 4 30% FILTER 2 WATER DETECTOR, CABLE 2 OHE Disconnect 2 140MBH@20TD, FSC, Single, 460/3/60 2 fan outdoor condenser 13,700 CFM 2 12" floor stands w/air deflectors Environmental friendly refrigerant (e.g. NO R-22, etc) CRAC and DX units must be same size or smaller as the existing footprint The Contractor shall comply with all local, state and federal regulations for removal, disposal and installation of this type of equipment and obtain all necessary licenses, permits, and insurance to cover all workmanship, equipment/tools, company employees and government property. All work is to be scheduled through the designated Contracting Officers Representative and performed during normal business hours, Monday through Friday, 8:00 a.m. - 4:30 p.m. Tasks to be performed are as follows: 1. Remove and dispose offsite existing Liebert HVAC units, split systems. 2. Contractor is to supply dumpster if needed and remove upon job completion. 3. Disconnect electrical power and relocate electrical power to new units. Contractor to follow Office Lockout/Tagout (LO/TO) procedures and National Electric Code (NEC) while performing all electrical work. 4. Follow all manufacturer installation requirements. 5. Install new Air Conditioning Units. To include any rigging moving, adjusting and getting area ready to accept the new equipment. New units are to be installed in the same general area as the removed Liebert units (equipment room). 6. Contractor can reuse penetrations into building if needed. Contractor is also required to plug all penetrations not used according to local requirements and government needs. 7. Contractor will supply and install network cables between both units for redundancy, load sharing, and group control configuration. 8. Contractor will provide mod-bus, RS-422 signaling capability and register map for customer integration with building management systems as necessary. 9. Contractor to reclaim refrigerant. 10. Contractor to supply new refrigerant or reclaimed/recycled clean refrigerant as needed per manufacturer requirements. Refrigerant must be environmentally friendly. 11. Contractor will perform software programming of all management features to customer supplied network management via Ethernet connections. 12. Start up service by authorized factory representative is required; 13. Contractor to provide 4 hours of training for new equipment operation and controls. The government shall own all software (or software licenses) needed to run the system(s) or view system status. If software keys and/or security devices are needed for re-installation of software or re-initialization of software, those keys and/or security devices shall be provided and/or regenerated at no additional cost to the government. The Contractor is to replace/repair anything broken or damaged during this work project to the same original quality. The Contractor shall keep work area clean during work hours and then do a complete clean up at the end of each day. All tools must also be secured at the end of each day. Government accepts no responsibility for any tools/equipment left or used on site (lost, broken, or stolen). Warranty: Warranty shall be at minimum a 5 year warranty on the compressors; and one year complete warranty on all parts and labor. Department of Labor Wage Determination 2005-2393, Revision Number 7, Dated: 5/29/2008 is applicable. The following provisions and clauses apply to this solicitation and any resulting purchase order: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: see FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2008) with addenda: CAR 1352.215-73 Inquiries (MAR 2000); CAR 1352.216-70 CONTRACT TYPE (MAR 2000) This is a FIRM FIXED PRICE type contract for SERVICES/SUPPLIES. Delivery on 01 September 2008 (End of clause) CAR 1352.233-71 Service Of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Linda Stein, 200 Granby Street, 8th Floor, Norfolk, VA 23510}; FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) {Fill-in: The following factors shall be used to evaluate offers: Technical; Past Performance and Price. Technical and past performance, when combined, are equal to price. } FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), with addenda: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.247-34, FOB Destination (Nov 1991) CAR 1352.201-70 Contracting Officer's Authority (MAR 2000) CAR 1352.201-70 Contracting Officer's Technical Representative (COTR) (February 2005) {Fill in: (a) To be Determined at Contract Award} CAR 1352.208-70 Printing (MAR 2000) CAR 1352.209-71 Organizational Conflict of Interest (March 2000) CAR 1352.209-73 Compliance with the Laws (MAR 2000) CAR 1352.228-70 Insurance Coverage (March 2000) {b. 2. Property Damage Liability Insurance shall be required in the amount of $ 500,000} CAR 1352.228-72 Deductibles Under Required Insurance Coverage (March 2000) CAR 1352.233-70 Harmless From Liability (MAR 2000) CAR 1352.237.72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2006) CAR 1352.252-71 Regulatory Notice (MAR 2000) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2008) {Fill-in: Paragraph B, Check items 5i, 15, 16, 17, 18, 19, 21, 24, 26, 28, and 36; Paragraph C, Check items 1 and 2, (Fill-in for Paragraph C-2 is below)} Employee Class Monetary Wage-Fringe Benefits HVAC Mechanic WG-10 HVAC Mechanic Helper WG-05 In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal Contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov. Additionally, each offeror must obtain, and provide with quote, their nine-digit Dun and Bradstreet (DUNs) number. CCR Registration must contain the applicable NAICS code 238220. All responsible sources may submit a quote no later than 08 August 2008 at 4:00 p.m. local time Norfolk, VA 23510. Quotes may be submitted by facsimile to 757-664-3653, or via email to Linda.C.Stein@noaa.gov, or via mail at 200 Granby Street, 8th Floor, Norfolk, VA 23510. Telephone quotes will not be honored. All responsible quotes shall be considered by the agency. Quotes are to remain effective for 90 days after close of solicitation. A company representative authorized to commit the company must sign this quote. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. All questions pertaining to the solicitation must be in writing and may be faxed to 757-664-3653, Attn: Linda Stein or emailed to Linda.C.Stein@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=509f40db5f427e5c8a6753e7d77c0272&tab=core&_cview=1)
 
Document(s)
DOL Wage Determination
 
File Name: Department of Labor Wage Determination (Wage Determination Wilmington NC.pdf)
Link: https://www.fbo.gov//utils/view?id=bec53fced956631715d5d497587dbf69
Bytes: 26.92 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U. S. Department of Commerce, NOAA National Weather Service, Wilmington Weather Forecast Office, 2915 Gardner Drive, Wilmington, North Carolina, 28405, United States
Zip Code: 28405
 
Record
SN01625892-W 20080731/080729225401-509f40db5f427e5c8a6753e7d77c0272 (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.