SOLICITATION NOTICE
J -- HVAC Control System, Repair and Replacement Services
- Notice Date
- 7/19/2011
- Notice Type
- Presolicitation
- 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
- Archive Date
- 8/20/2011
- 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
- Total Small Business
- Description
- The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC PCB-2) Norfolk, VA is procuring HVAC Control Systems, Repair and Replacement Services to be performed at U. S. Coast Guard Sector Key West, FL. The contractor shall provide all labor, management, supervision, parts, equipment, materials, supplies, tools and transportation necessary to provide a complete program of preventive 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 preventive maintenance tasks in accordance with the guidelines issued by the equipment and software manufacturers at the U.S. Coast Guard Sector Key West, Key West, Florida. The successful contractor shall be a Florida State Certified Air Conditioner or Mechanical 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 Preventive 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 U.S.C.G. The approximate quantity of equipment items to be serviced is 59. The Base period of the contract performance will begin on 1 October 2011 through 30 September 2012, with four one-year option periods. This requirement has been set-aside for a 100% small business competition requirement. The applicable NAICS code is 238220 (Plumbing, Heating and Air-Conditioning Contractors) with a size standard of $14.0 Million. The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5 - Test Program for Certain Commercial Items. A Firm-Fixed Price type contract will be awarded. 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. Any correspondence concerning this requirement shall reference Request For Quote (RFQ) Number HSCG84-11-Q-AA8375. The solicitation and any subsequent amendments will be available electronically on the FEDBIZOPPS website at https://www.fbo.gov on or about 21 July 2011 with a closing date for receipts of quotes by 5 August 2011, 4:30 pm Eastern. No paper copies of the solicitation and or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from that site. If you should have any questions please do not hesitate to contact Ms. Patty Scott, Contract Specialist via e-mail at patty.g.scott@uscg.mil. No telephone inquires will be accepted.
- 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, FL Trumbo PT, Key West, FL, 33040-00005 POC: COTR EMC Daniel Keith at( 305) 292-8758, USA, Key West, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN02503944-W 20110721/110720002555-e888aaf5e4ebfa4683212587c8c502d8 (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 |