SOLICITATION NOTICE
J -- Maintenance Services - Attachments
- Notice Date
- 3/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, National Security Unit, 935 Pennsylvania Avenue NW, Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 0234376
- Archive Date
- 4/14/2011
- Point of Contact
- Tijuana S Benn, Phone: 202-324-5790, Sasha Desdunes, Phone: 202-324-4058
- E-Mail Address
-
tijuana.benn@ic.fbi.gov, sasha.desdunes@ic.fbi.gov
(tijuana.benn@ic.fbi.gov, sasha.desdunes@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Air Filter Service Building Management System Fire Alarm System Electrical Distribution Diesel Generator HVAC Equipment FAR Clauses Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued. The Federal Bureau of Investigation (FBI) intends to negotiate solely with Southland Industries Inc. for preventive maintenance and repair of its equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220. Objective: The FBI anticipates issuing a firm- fixed price contract for preventive maintenance and repair for the equipment located at an FBI off-site facility. FBI requests responses from qualified sources capable of providing preventive maintenance and repair of equipment, test and inspection of equipment, HVAC services, and emergency services. A required response time of less than two hours is required in emergency situations. The equipment being serviced includes: one emergency diesel generator, two air cooled chillers, one outside air handler, two 2000 gallon fuel tanks and fuel system, sixty perimeter chilled water AC units, six chilled water CRAC units, seventeen vertical closet chilled water AC units, four ceiling mounted chilled water AC units, two UPS units, three PDU's, BMS and HVAC control system, fire alarm system, and all valves, pumps, fans, motors, and all associated auxiliary components. See attached for a complete listing of equipment and services. The anticipated period of performance for this requirement will be from the date of award through December 31, 2011. Delivery is F.O.B. Destination to Crystal City, VA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The contractor shall furnish all labor, parts, and material for maintenance and repairs. All responses shall include price(s) (unit price, extended price, total price), confirmation of required delivery timeframe for each service, a point of contact: name, phone number & email, Cage Code, Duns #, business size, and payment terms. Each response must clearly indicate the capability of the contractor to meet all specifications and requirements. Southland Industry Inc. is the only known source that can provide all of the required maintenance services. This procurement will be conducted under authority of FAR 6.302-6, National Security. Authority: 41 U.S.C. 253(c) (1). This is not a request for quotations or an announcement of a forthcoming solicitation. Request for copies of this solicitation will not be honored or acknowledged. The Government does not intend to pay for information received. All interested parties must respond within five (5) calendar days from the date of this notice. Written responses must provide clear and concise documentation indicating your firm's capability to provide preventive and maintenance services. Verbal responses are not acceptable and will not be considered. Responses to this solicitation are due by 12:00 p.m. EST on Wednesday, March 30, 2011. Responses can be emailed to tijuana.benn@ic.fbi.gov or faxed to 202-324-8031. Telephone: 202-324-5790. When responding to this announcement, refer to solicitation #0234376. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The award of this procurement is subject to FAR 52.232-18, Availability of Funds. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, must be included with your quote. Please refer to attachment for additional FAR clauses cited in 52.212-5 and security clauses that are applicable to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ea450bf5eb772c61a3908a238ed5a341)
- Place of Performance
- Address: FBI Offsite Facility, United States
- Record
- SN02404235-W 20110320/110318234304-ea450bf5eb772c61a3908a238ed5a341 (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 |