SOLICITATION NOTICE
41 -- HVAC Maintenance and Support - RFP
- Notice Date
- 5/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423730
— Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-16OCIOCIONAT-0215
- Archive Date
- 5/28/2016
- Point of Contact
- Rico A. Marquez, Phone: 2026937965
- E-Mail Address
-
marquez.rico.a@dol.gov
(marquez.rico.a@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation in word format. COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-16OCIOCIONAT-0215. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 423730. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Base POP: 12 months from date of award 0001. HVAC Maintenance and Support Option Year 1 POP: 12 months 1001. HVAC Maintenance and Support (VI) Description of requirements is as follows: A. Background Information OASAM OCIO has HVAC units deployed in their data center at 1301 Room TBD Airport Road Beaver, WV 25813. This purchase request is to acquire a renewed annual full maintenance and support agreement for the HVAC units currently deployed in OASAM-OCIO's network architecture. Continuous maintenance and support of OASAM-OCIO's HVAC units are required in support of OASAM/OCIO's business needs. B. Technical Objectives The objective of this Statement of Work (SOW) is to obtain a renewed annual full maintenance and support agreement with a 12 month period of performance with one option year for the HVAC units currently deployed in OASAM-OCIO's network architecture. -see table below. It is vital to provide a full maintenance agreement for the LAN room HVAC units. A critical portion of the solution is to provide a fixed fee for scheduled service visits, repairs and providing routine system checks and maintenance. SERVICES TO BE PERFORMED OASAM OCIO requires that the supplier provide a renewed annual full maintenance and support agreement with a 12 month period of performance with one option year for the HVAC units currently deployed in OASAM-OCIO's network architecture. The supplier should be experienced and qualified to service units by the original equipment manufacturers: Specific quantities and types of hardware that OCIO requires renewed annual full maintenance coverage are indicated in the table below. QTY MANUFACTURER COMPONENT DESCRIPTION MODEL # TON 1 Liebert AC-1-Jndoor Liebert AC Unit DS042AOE1286A 12 1 Liebert AC-I-Condenser Liebert Condenser DCDF205-A N/A 1 Liebert AC-1-Jndoor Liebert AC Unit DS042AOEl286A 12 1 Liebert AC-2-Condenser Liebert Condenser DCDF205-A N/A 1 Liebert Xtreme Density Chiller Liebert Chiller XDC160AA- 15376 N/A 2 Liebert Xtreme Density Condenser Liebert Condenser DCSL415-A N/A 2 Liebert Xtreme Density XOR Liebert XDH XDH32DKP- OS32 8 6 N/A 5 Liebert Xtreme Density XDH Liebert XDH XDH32DKP- 053286 N/A 1 Liebert DS-interface Panel Liebert-Interface Panel AC-8 N/A 1 Liebert Mod Bus interface Liebert Interface Sitelink 12 N/A 1 Chillguard Refrigerant Monitor Chillguard Refrigerant Monitor Panel Chillguard LE N/A 1 N/A Data Exhaust Data Exhaust Fans N/A N/A Lot Andover DOC Controls Andover DOC Modbus Net Controller The contractor shall provide the following required services: • Emergency service should be available 24 hours a day, 7 days a week with a 4 hour response time • Normal business hours 4 hour response time is required • Cleaning condenser water strainers two times per year - preferably Spring and Fall Further, the contractor shall provide quarterly HVAC Preventive Maintenance inspections for all supplemental units consisting of the following: • All necessary system adjustments. • Checking filters and cleaning or replacing them as scheduled and listed above. • Lubricating all bearings, motors, fans. • Checking fan blades for dust buildup, cleaning if necessary. • Checking for refrigerant leaks using an industry standard testing device. • Checking action of controls and setting them for normal operation. • Checking amperages and voltages. • Checking all operating pressures and temperatures. • Yearly Chillguard calibration. • Checking belt tension and condition, adjusting or replacing if necessary. • Cleaning coils using detergent solution and warm water twice a year preferably in Spring and Fall. Use fin comb, if necessary, to straighten fins. • Thoroughly inspecting and cleansing interior and exterior of unit. • Checking drain pans for cleanliness; dropping condensate pan tablets when necessary. • Checking electrical connections for tightness and discoloration. • Painting for corrosion control. • Includes all filters, lubricants and minor cleaning materials for maintenance inspections. • Includes labor on maintenance inspections and service calls. • Includes parts, materials, and refrigerants for service calls. Excludes labor and materials on major work such as unit replacement, evaporator bundle replacement. A written estimate will be submitted for this work. Andover Controls/Software: • The vendor shall test the alert system by sending test alerts at regularly scheduled PM's and verify the system is operating properly. • The vendor shall add, remove, and modify any monitoring set points on the equipment as deemed necessary. • The vendor shall provide software updates ensuring the systems are on the latest official release of the Continuum software (Windows based OS). (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items (DEC 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (FEB 2016) 22.1310(b) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989) (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) The following additional FAR clauses are applicable to this acquisition: 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 10:00 A.M. ET on May 13, 2016. All offers must be e-mailed to the attention of Rico Marquez, Email: Marquez.Rico.A@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Rico Marquez, Email: Marquez.Rico.A@dol.gov and cc; Lesa L. Austin, Email: Austin.Lesa.L@dol.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-16OCIOCIONAT-0215/listing.html)
- Place of Performance
- Address: 1301 Room TBD Airport Road, Beaver, West Virginia, 25813, United States
- Zip Code: 25813
- Zip Code: 25813
- Record
- SN04110684-W 20160511/160509234858-52ea5a93d94f6840c72c9c69f82d4963 (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 |