Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2009 FBO #2930
SOLICITATION NOTICE

J -- HVAC Preventative and Remedial Maintenance

Notice Date
11/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 90210
 
ZIP Code
90210
 
Solicitation Number
H94003-10-R-5600
 
Archive Date
1/22/2010
 
Point of Contact
Robert D. Crandell, Phone: 9162311530, Linda Baustian, Phone: 9162311658
 
E-Mail Address
crandell@dmea.osd.mil, baustian@dmea.osd.mil
(crandell@dmea.osd.mil, baustian@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation. The NAICS code is 238220 and the size standard for this requirement is $14 million. The Request For Proposal (RFP) reference number is H94003-10-R-5600. Proposals shall be valid for a minimum of 60 days. The RFP includes a one year basic performance period with four one-year options. The evaluation of lowest offer will be inclusive of all options.This requirement is for the preventative and remedial maintenance of the HVAC systems and an optional preventative maintenance requirement for hotwater boilers and chillers for building 620, Defense Microelectronics Activity (DMEA), McClellan California. The Service Contract Act will apply to this acquisition. The Defense Microelectronics Activity (DMEA) operates a 75,000 square foot stand-alone two story facility at 4234 54th Street, McClellan, California (Sacramento County). The Contractor shall provide equipment, tools, materials, supervision, and all other items and services necessary to perform preventive and remedial (emergency & non-emergency) maintenance work on existing HVAC equipment as defined in this SOW, and over-and-above work related to HVAC. The contractor shall maintain the DMEA HVAC equipment including, but not limited to: Air Handlers, Clean Room Make-Up Air Units and associated deionized water humidifiers, Fan Coil Units, Cooling Towers, Chilled Water Pumps, Valves and Sensors, Condenser Water Pumps, Valves, Sand Filters and Sensors, Variable Air Volume Boxes, Mini-Split Systems, Liebert Units, Computer Air Conditioning (CAC) Units, Controls, Process Chilled Water Skids, Sensible Cooling Systems, and Exhaust Fans. This requirement does not include filter replacement or closed loop and condensor water treatment. The contractor shall replace consumable items and perform PM actions based on the attached Technical Exhibit 1. PM actions include but are not limited to: issues with the unit that have developed since the last PM, replacing belts, properly tensioning belts, greasing bearings/motors/pumps/fans equipped with zerk fittings, inspecting for proper operation and condition of the equipment, checking pulley alignments, properly tightening loose bolts, nuts and screws, inspecting and tightening/replacing loose electrical connections, checking and cleaning coil condensation drains, checking that equipment panels and doors are in place and secure, checking controls operation and manual overrides, checking and adjusting automatic valves, checking, adjusting and lubricating dampers on air handlers and exhaust back flow dampers, checking Variable frequency drive (VFD) operation and motor rotation, check for unusual noises, vibration and wear, adjusting controls time settings and safety control set points (freeze protection), cleaning out dust and debris, cleaning area around air inlets and filter boxes, cleaning condensate pans, inspecting and, if required, cleaning condensate drain lines, and other systems specific task as outlined in official statement of work. The contractor shall perform remedial maintenance activities based upon issuance of a work order or credit card authorization from the COR or Contracting Officer. Remedial maintenance includes replacement of worn bearings and sheaves, actuator and sensor replacement, motor replacement and similar non-PM repair actions. The contractor shall perform over-and-above activities based upon issuance of a work order from the Contracting Officer or credit card authorization. Over-and-above work includes HVAC modification work (for example moving or adding ducting or Variable Air Volume (VAV) boxes, reprogramming controls or adding additional sensors to the clean room) or new HVAC work (such as adding a new supplemental air conditioner to a server room) the contractor shall provide the COR a written quote. The contractor shall ensure that all technicians are currently qualified to safely operate scissor lifts in compliance with Office of Safety and Health Administration Vehicle-Mounted Elevating and Rotating Work Platforms, 29 CFR - 1910.67 before assigning them to work at DMEA. Remedial (emergency & non-emergency) maintenance services response time shall be performed based on whether the equipment is identified as critical or non-critical. Failure of equipment that has been identified as critical shall be evaluated within two hours of notification, 365 days per year and repaired the same day after DMEA approval. Detailed proposal requirements can be found in the statement of work. For a detailed statement of work, including technical exhibits and wage determination, send an email request to crandell@dmea.osd.mil or fax your request to (916) 231-2830. A site visit will be held at the DMEA facility on 17 December 2009 at 9:00a.m. If you would like to attend the site visit, please provide the name of the attendee(s), job title of attendee(s), company name, and contact phone number. The following clauses apply 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DFARs clause 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors will include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. DPAS rating is S10. Questions regarding this solicitation should be addressed to Rob Crandell at crandell@dmea.osd.mil. Offerors are due at 3:00pm on or before 7 Jan 2010and shall be mailed to Defense Microelectronics Activity, Attn Rob Crandell, 4234 54 th St, McClellan CA 95652-2100 or emailed to crandell@dmea.osd.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-10-R-5600/listing.html)
 
Place of Performance
Address: 4234 54th Street, Building 620, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02012909-W 20091202/091130234629-fca8865b6de26f163bad5f14802eb100 (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.