SPECIAL NOTICE
J -- FR Heat Pump Service Contract
- Notice Date
- 4/18/2017
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-17-T-0057
- Archive Date
- 5/6/2017
- Point of Contact
- Jeannette K Patton, Phone: 605-487-7845 x3218
- E-Mail Address
-
jeannette.k.patton@usace.army.mil
(jeannette.k.patton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a special notice prepared in accordance with the Federal Acquisition Regulation (FAR) 5.2 Synopsis of Proposed Contract Actions. US Army Corps of Engineers, Omaha District, intends to issue a Firm-Fixed Price contract to Johnson Controls, Sioux Falls, SD. Services under this contract are to provide annual service and maintenance to 3 existing York heat pumps that were originally specified and commissioned by Johnson Controls. Per heat pump manufacturer requirements, servicing must be performed by an Industry Certified Technician who has been trained and qualified to work on York Equipment. Each heat pump has an electronic control center which measures and adjusts system parameters using proprietary software. The electronic system and software are password protected and accessed by the servicing technician during annual service of the equipment. Due to software & controls configuration, password protection, and experience with the system, it is the Government's intent to sole source this contract. The duration of this service contract would be for a 1 year base period from start of award date, with 4 options that could be exercised annually. Authority FAR 13.106(b)(i) "Soliciting from a single source" (i)Contracting officers may solicit from one source if the contracting officer determines the circumstances of the contract deem only one source reasonably available. No other sources have been determined to be capable of conducting the service that would have access to the controls configuration, password protection and experience with the system. A solicitation will not be posted. The government intends to proceed with this sole source action. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. Interested concerns may show clear and convincing evidence that competition of the requirement would be advantageous to the Government. Oral communications are not acceptable in response of this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Responses and questions shall be submitted to jeannette.k.patton@usace.army.mil The US Army Corps of Engineers I not responsible for any costs incurred by responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-T-0057/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers-Fort Randall Project, 399 Powerhouse Rd., Pickstown, South Dakota, 57367, United States
- Zip Code: 57367
- Zip Code: 57367
- Record
- SN04476996-W 20170420/170418235748-88917c2fbdeb8c81b949379f9c264f5c (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 |