Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2013 FBO #4219
SOLICITATION NOTICE

N -- Install and Commission Cooling Towers and Pre-heat Coils

Notice Date
6/11/2013
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-13-00070
 
Response Due
6/26/2013
 
Archive Date
7/26/2013
 
Point of Contact
Jennifer B. Hill
 
E-Mail Address
hill.jennifer@epa.gov
(hill.jennifer@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6, as supplement3ed with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-13-00070, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The associated North American Industry Classification System (NAICS) Code 238220, which has a size standard of $14.0 million to qualify as a small business, is applicable. A firm, fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the installation and commission of cooling towers and pre-heat coils for the Environmental Protection Agency, Western Ecology Division, Corvallis, OR. Background: The USEPA Western Ecology Division (WED) has two 150 ton cooling towers on the roof of the Main Building and one 125 ton cooling tower on a elevated stand serving the TERF building, which are in need of replacement. WED has chosen to replace the existing towers with fiberglass constructed units to reduce the maintenance and repairs due to corrosion. One of the preheat coils in supply fan #1 has failed and WED has purchased two for replacement. Work shall be performed at both buildings located on EPA?s WED main site, 200 SW 35th Street, Corvallis OR 97333. WED?s main laboratory building is a two story structure constructed in 1966 and is served by two 150 ton cooling towers. WED?s TERF building was constructed in the 1970?s and is served by a 125 ton cooling tower. All three cooling towers have been repaired many times due to corrosion. The lost of water due to tower failure has a negative impact on the Division?s water conservation plan. EPA Responsibilities: WED has purchased the cooling towers and coils which will be provided as Government Furnished Equipment (GFE.) WED will provide the contractor with access to the equipment. WED will provide necessary electrical connections from building to a disconnect/junction box on the cooling towers. Work will be scheduled with the EPA facility manager to limit interruptions and impact on laboratory staff and equipment. Contractor responsibilities: The contractor shall furnish all labor, equipment, and materials to remove existing cooling towers and coils and install the new equipment in its location. Contractor shall remove, recycle, and dispose of existing cooling towers and coils. Contractor shall recycle as much material as practical; Contractor shall submit documentation of the weight of both recycled and waste materials. Contractor shall modify existing water piping for new cooling towers and coils; provide and install valves and P&T ports on entering and leaving pipes; modify steel mounting structures as necessary to accommodate new cooling towers support requirements; modify air intake duct to accommodate the new coils; and commission new cooling towers. Due to the weight of the fan motor assembly for the cooling towers the installation of these items shall be required by the contractor once the units are in place. Contractor shall be responsible for making the electrical connections at each unit. All welding shall be performed by a certified welder; submittal of certification shall be required. The Contractor shall install two GFE cooling towers in place of the existing cooling towers on the roof of the Main Building. The cooling towers are vertical configuration. Mounting rails on existing building are 76? x 96?. The mounting rails are welded on ?? plates secured to roof piers 13?x13? arranged on center 76? x 96?. Contractor shall have new base fabricated to meet the support configurations of both the tower requirements and the existing building supports. Area for cooling tower is approximately 20? by 20?. Supply and return piping is 6? with Gruvlock fittings. Insulate all piping from the unit to the building for piping shall be included and designed for exterior use. Cooling tower units shall meet applicable listings and approval of UL, ASHRAE, NEMA, NEC, and ASME. The contractor shall install one GFE cooling tower in place of the existing cooling tower at the TERF building. The cooling tower is vertical configuration. Mounting rails on existing stand are 88?x 132?. Contractor shall have new base fabricated to meet the support configurations of both the tower requirements and the existing support structure. Supply and return piping is 3? threaded. Insulate all piping from the unit to the building for piping shall be included and designed for exterior use. Cooling tower units shall meet applicable listings and approval of UL, ASHRAE, NEMA, NEC, and ASME. The contractor shall remove the two existing preheat coils and replace with two GFE new coils in AHU #1. Contractor shall modify existing duct to insure that new coils are secure and installed with no bypass air, since the new coils are slightly different in size to the existing coils. Contractor shall pipe coils into system as required to complete the system. Contractor shall flush new GFE to insure no debris enters the system. Contractor shall insulate all piping from the coil to the point it joins the existing piping not affected by the work. Milestones and Deliverables: Schedule of work shall be delivered to CO and COR ten days prior to commencing work. Submittal of certificate for welding, if applicable. The completion of the cooling towers installation in accordance with contract. Acceptance Criteria: Contractor has installed and commissioned three cooling towers, two on the Main Building and one at TERF Building and installation of two preheat coils. All project documentation has been received by the Government. Period of Performance: 30 days after receipt of order. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A. TECHNICAL CAPABILITY: 1. Demonstrate previous experience installing cooling tower systems. 2. Provide certification to install cooling tower systems products to include welding certificate. B. PAST PERFORMANCE: Submit a list of 3 ? 5 customers for whom like or similar services have been performed within the past 3 years. Include specific points of contact and phone numbers. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. PRICE. Award will be made to the responsible offeror whose quote conforms to the request for quote and represents the best value and will be most advantageous to the Government, price and other factors considered. In accordance with FAR 15.304, technical and past performance, when combined, are significantly more important than cost or price. All offerors are to complete the registration at www.sam.gov to include the On-line Representations and Certifications. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional FAR clauses which are cited in Clause 52.212-5: 52,204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. Wage determination 05-2439 (Rev. 13) is applicable and will be made a part of the resultant contract. All technical questions are to be forwarded via email to the Contracting Officer at the following email address: hill.jennifer@epa.gov. Offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Scroll to the CURRENT SOLICITATIONS section, click on the solicitation for viewing all applicable documents. Please submit two copies each of the technical proposal and price proposal to Jennifer B. Hill, Contracting Officer, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), 4930 Old Page Road, Durham, NC 27703. All offers are due by June 26, 2013, 2:00 p.m., ET. No telephonic, email, or faxed responses will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-13-00070/listing.html)
 
Place of Performance
Address: NHEERL - WEDUS Environmental Protection AgencyNational Health andEnvironmental Effects Research Lab200 S. W. 35th StreetCorvallisOR97333USA
Zip Code: 97333
 
Record
SN03086144-W 20130613/130611235247-e1614731ceb0a94504325752bfc4fb35 (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.