Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2011 FBO #3494
SOURCES SOUGHT

J -- HVAC Control System, Repair and Replacement Services

Notice Date
6/17/2011
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-Q-AA8375
 
Point of Contact
Patty Scott, Phone: 757-628-4157, Reginald B. Henderson, Phone: 757-628-4129
 
E-Mail Address
patty.g.scott@uscg.mil, reginald.b.henderson@uscg.mil
(patty.g.scott@uscg.mil, reginald.b.henderson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability and availability of commercial sources with HVAC Control System, Repair and Replacement Services experience. The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC PCB-2) is seeking qualified companies to provide HVAC Control System, Repair and Replacement Services as required by the U. S. Coast Guard Sector Key West, FL. Sources sought include small business, veteran-owned small business, service-disabled small business, HUBZone small business, small disadvantaged business and women-owned small business concerns. The NAICS code is 238220 (Plumbing, Heating and Air-Conditioning Contractors). The Small Business Size Standard is 14.0 million. The successful contractor shall provide all labor, management, supervision, parts, equipment, materials, supplies, tools and transportation necessary to provide a complete program of preventative maintenance and repairs on the systems that have Delta and Johnson Controls installed on them. To maintain the system in good working order, factory-trained technicians will perform all preventative maintenance tasks in accordance with the guidelines issued by the equipment and software manufacture at the U. S. Coast Guard Sector Key West, FL. The approximate quantity of equipment items to be serviced is 59. The successful contractor shall be a Florida State Certified HVAC Control System, Repair and Replacement Services contractor. The hours of operation for all maintenance work shall be performed Monday through Friday between the hours of 8:00 am and 4:00 p.m. Federal Holidays, excluded, unless specifically approved by the Contracting Officer. For repairs the contractor shall be available for Priority I and when Contracting Officer Technical Representative (COTR) direct Priority II repairs 24 hours a day, 7 days a week and 365 days a year, excluding Christmas. For emergency repairs the contractor shall respond to emergency repairs within 6 hours of notification. For urgent repairs the contractor shall respond within 8 hours of notification or the next working day to urgent repairs. For routine/preventative maintenance work shall be completed within 7 calendar days of scheduled maintenance date. The contractor shall provide 72 hour notice prior to performing maintenance on equipment that will be secured for more than 4 hours. The Annual Preventative Maintenance Program includes a minimum of plus remote diagnostic inspections when required. A report of findings, corrective actions and recommendations following each visit will be performed and a copy will be provided to the USCG. The Base period of the contract performance will begin on 1 October 2011 through 30 September 2012, with four one-year option periods. Interested vendors should include the following information: company name, address, point of contact, phone number and e-mail address; business size and disadvantaged, 8(a) or HUBZone status. Vendors are also invited to provide the following information, paying particular attention to address contracts of similar scope and size; references and record of past performance. If it is determined a solicitation will be issued it will be available electronically via FEDBIZOPS at http://www.fbo.gov. It is the potential offeror's responsibility to monitor this avenue for release of any future solicitation or synopsis. ANY INTERESTED COMPANY CAPABLE OF PROVIDING THESE SERVICES IS REQUESTED TO RESPOND VIA E-MAIL TO PATTY.G.SCOTT@ USCG.MIL OR FACSIMILE AT (757) 628-4135 BY 4:30 P. M. EST ON 24 JUNE 2011. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request For Quote or Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response to this SOURCES SOUGHT Notice or Government use of any information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AA8375/listing.html)
 
Place of Performance
Address: USCG Sector Key West, Trumbo PT, Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN02476102-W 20110619/110617234758-36854bca877e8a354f6d116c6d00d7dd (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.