SOURCES SOUGHT
H -- MAINT. ON HVAC EQUIPMENT AND METASYS OPERATING SYSTEMS
- Notice Date
- 6/10/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NFFN7400-14-01318SLW
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Commerce, Atlantic and National Marine Fisheries in Lafayette, LA intend to award a purchase order for HVAC Maintenance services to Johnson Controls. The NOAA/NMFS Estuarine Habitats and Coastal Fisheries Center (EHCFC) is located at 646 Cajundome Boulevard, Lafayette, Louisiana, 70506. The EHCFC was constructed in 1998. Johnson Controls installed the physical plant management system during construction. A recent re-commissioning updated the Metasys physical plant management system. The purpose of this requirement is to provide annual service maintenance (base and 4 option years) for all HVAC equipment and Metasys operating system. Johnson Controls is the only known company that can seamlessly service and maintain communication between the HVAC system and the Metasys operating system synchronization. Metasys, is a proprietary management package. The cost for another vendor's software maintenance (48 hours annually) would not take into account the necessary retraining of maintenance staff, the cost of facility down time as the system is changed over, or the cost to replace any broken equipment during change over. They would have to sub-contract to Johnson Controls for synchronization to the Metasys operating system. TECHNICAL SPECIFICATIONS: The contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified), to perform the following work at the EHCFC: • AHU (<10HP), 3 units 1 comprehensive and 3 operational visits per year; • AHU (10-40HP), 7 units 1 comprehensive, 3 operational, and 1 evap. coil cleaning per year; • Air compressor, 1 unit 1 comprehensive, 3 operational, and 1 oil change per year; • Metasys progamming, 4 hours per month; • Boiler, 120-750MBH/50-300HP), 2 boilers 1 comprehensive and 3 operational visits, plus Government/local jurisdiction inspection per year; • Centrifugal Chiller (<450TComp), 2 units, 1 comprehensive and 3 operational visits, plus 1 oil analysis, 1 refrigerant sample, 1 oil change (standard), 1 chiller startup (centrifugal), and 1 chiller shut down (centrifugal) per year; • Cooling Tower (>250T), 2 units, 1 comprehensive and 3 operational visits, plus 1 tower/basin cleaning (large) and 1 cooling tower startup per year;' • Exhaust fans (0-5HP), 12 units, 1 operational visit per year; • Pump (<10HP), 2 hot water units, 4 operational visits per year; • Pump (10-40HP), 8 condenser water pumps, 4 operational visits per year. Firms, who believe they can provide this service, must furnish detailed information, that demonstrates their experience and capability to provide the services, and satisfy the Government's needs. In addition shall include name, telephone number and address of concerns for which you have furnished this type of services previously. Interested parties must respond within (7) seven calendar days after publication of this notice. If no affirmative responses are received, the Government intends to issue contract to Johnson Controls. The Eastern Administrative Division (EAD), requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Awards Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in SAM please access the following website: http://www.sam.gov/. In order to register with the SAM offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The Government encourages all contractors submit their Certification and Representation thru the on-line SAM. The SAM is the single source for vendor data for the federal Government. Contractors should go on-line at www.sam.gov. Faxed responses can be sent to 757-664-3845, Attn: Sharon Walker or emailed to Sharon.walker@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFN7400-14-01318SLW/listing.html)
- Place of Performance
- Address: Esturine Habitate Coaastal Fisheries Center, 646 Cajundome Blvd Room 175, Lafayette, Louisiana, 70506, United States
- Zip Code: 70506
- Zip Code: 70506
- Record
- SN03390376-W 20140612/140610235239-e3edb164fdad325435d5bad3afee2816 (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 |