Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

S -- Maintenance and Service for York Codepak Chiller

Notice Date
2/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-12-Q-80016
 
Archive Date
5/29/2012
 
Point of Contact
Darcy J. Hubbard, Phone: 617-494-3816
 
E-Mail Address
Darcy.Hubbard@dot.gov
(Darcy.Hubbard@dot.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-12-Q-80016 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 13, Simplified Acquisition Procedures (SAP), and FAR Part 12, Acquisition of Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective February 02, 2012. The NAICS Code is 561210 and the small business size standard is $6.0 Million. The Government intends to award a Firm Fixed Price Purchase Order on a competitive basis. This is a Small Business Set-Aside. The John A. Volpe National Transportation Systems Center (Volpe Center) has a requirement to purchase Emergency On-call Services and Annual Maintenance and Annual Start-up for three chillers in accordance with the Statement of Work (SOW) below. STATEMENT OF WORK (SOW)-(BEGIN) The contractor shall provide annual maintenance, repair and emergency response for three (3) chillers located at the John A. Volpe National Transportation System Center (Volpe Center), 55 Broadway, Cambridge, MA 02142 (Building #5). Chillers include: one 665 ton York Screw Chiller model #YSFCFBS5CUAS, one 800 Ton Carrier Centrifugal Chiller model #02XRV475DGS64/ R134A/ 480V/ 3/ 60, and one Trane Steam Absorber model #ABSCO7C41C1C1C 1 B I BAEDpS1. General description: The Contractor shall provide a technician knowledgeable in the maintenance and repair of the three chillers listed above. Routine maintenance shall be scheduled and completed during normal business hours 6:30 AM - 6:30 PM, Monday through Friday, excluding Federal Holidays). Emergency repairs shall be on an "as needed" on-call basis, available 24 hrs. /day, 365 days/year. TASK SCOPE: Task 1. EMERGENCY ON CALL SERVICES FOR (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorber Chiller The Contractor shall be available 24 hrs. /day, 365 days/year, and shall respond on-site within two (2) hours of being notified of an emergency service need. The Contractor shall provide a service technician who is knowledgeable about above-listed chillers in order to affect emergency repairs. Existing equipment is located Building 5, within the Volpe Center complex. The Contractor shall provide all labor, material, and equipment to calibrate and repair chillers Existing equipment is operated and maintained - on a daily basis - by on-site Government employees. This task shall provide supplementary emergency repair service to existing chillers. Contractor shall budget to provide a total of 240 hours (80 hours per chiller) of emergency response service.   Task 2. ANNUAL MAINTENANCE AND ANNUAL START-UP OF (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorber Chiller The Contractor shall provide a service technician who is knowledgeable about above-listed chillers, in order to perform work on equipment, as described below. Existing equipment is operated and maintained - on a daily basis - by on-site Government employees. This task shall provide scheduled maintenance to existing chillers. Scheduled maintenance shall be done during normal business hours, 6:30 AM - 6:30 PM, Monday through Friday, excluding Federal Holidays. Work to include: 1) Initial start-up of chiller in spring. Startup would include changing of oil and oil filters, leak testing of entire units, trimming of refrigerant, charging and adding of refrigerant (up to 50%) if necessary. 2) Cleaning of condenser tube & absorber tube bundles (steam chiller) both heads to be removed from chillers. 3) Initial testing and inspection of chiller controls and safeties. 4) Lubricate electric motor (screw only), clean air passages and Meg -ohm motor windings. 5) Remove heads an evaporator section for inspection of tube bundle. Eddy current evaporator, condenser and absorber tube bundles. PERIOD OF PERFORMANCE: The period of performance shall be from date of award through September 30, 2012. STATEMENT OF WORK (SOW) --- (END) Proposal Pricing: The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs) in accordance with the above SOW. CLIN 0001: Annual maintenance and Annual Start-up for one York Codepak Screw Chiller, one Carrier Centrifical Chiller, and one Trane Steam Absorption Chiller, Total: $ _________________. CLIN 0002: Emergency On Call Services for one York Codepak Screw Chiller, one Carrier Centrifical Chiller, and one Trane Steam Absorption Chiller, Total: $ ___________________. CLIN 0003: Total Firm Fixed Price (CLINS 0001-0002): $______________________. PROPOSAL PRICING INFORMATION: It is estimated that the Contractor will expend 240 hours of labor to respond to Task 1 (Emergency Repairs) and necessary labor and material to complete work listed under Task 2. The Contractor shall propose as "Lump Sum", allowing 240 hours for Task 1 and necessary hours and material for Task 2. An unpaid site visit between the hours of 6:30 AM and 6:30 PM, Monday through Friday can be arranged with the Contracting Officer Darcy Hubbard, (Ph. 617-494-3816). Contractor shall be able to meet Federal security requirements to access a Federal Facility. Contractor must show a valid picture identification card, passport or birth certificate. Instructions to Offerors: The signed offer must be submitted via e-mail to Darcy.Hubbard@dot.gov no later than 1:00 P.M. EST on March 07, 2012. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Darcy Hubbard, RVP-32, 55 Broadway, Cambridge, MA 02142. FAR 52.212-1, Instruction of Offerors-Commercial Items applies to this acquisition and is incorporated by reference. The Offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. The Offeror must be registered in the Central Contractor Registration (CCR) in order for the Government to proceed with award. For registration information and/or to update profile information, log onto http://www.ccr.gov. FAR Clauses 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, apply to this acquisition and are incorporated by reference. Additional clauses cited in FAR Clause 52.212-5 that apply to this acquisition are: 52.203-6, 52.203-13, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-Q-80016/listing.html)
 
Record
SN02685976-W 20120302/120229235144-11f7535c7bc7c0102d3b70b03e946e53 (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.