Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

J -- AIR CONDITIONING PLANT REPLACEMENT: ACCOMPLISH SOL RFQ2-36766MJM DUE 071598 POC Michael J. McIntyre, Purchasing Agent, Phone (650) 604-1364, Fax (650) 604-3772, Email mmcintyre@mail.arc.nasa.gov -- Barbara A. Drake, Contracting Officer, Phone (650) 604-3002, Fax (650) 604-4646, Email bdrake@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36766MJM. E-MAIL: Michael J. McIntyre, mmcintyre@mail.arc.nasa.gov. This notice is a combined solicitation/RFQ for commercial items 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; quotes are being requested and a written solicitation will not be issued. PLEASE READ THIS SOLICITATION/RFQ IN ITS ENTIRETY. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Remove the existing WATER cooled air conditioning plant and install new, one (1) each AIR cooled plant and associated components in its place at building N248 in accordance with the following listed statement of work, paragraphs 1 through 5.1: NASA AMES RESEARCH CENTER PLANT ENGINEERING BRANCH(JFP) STATEMENT OF WORK(Mike McIntyre) 1. SCOPE: 1.1 Title: Air Conditioning Plant Replacement: 1.2 Location of Work: NASA-Ames Rsch.Center, Bldg.N 248 2. REFERENCES: a. AHB1700-1, NASA Ames Health and Safety manual (for perusal at NASA) b. A 248-9601-G1, N248 Chiller Replacement, General c. A 248-9601-G2, N248 Chiller Replacement, Arch-Abbreviations, Symbols d. A 248-9601-G3, N248 Chiller Replacement, Mechanical-Abbreviations, Symbols, Notes e. A 248-9601-G4, N248 Chiller Replacement, Electrical-Legends, Abbreviations, and General Notes f. A 248-9601-A1, N248 Chiller Replacement, Arch-Site Plan g. A 248-9601-A2, N248 Chiller Replacement, Arch-Plot Plan h. A 248-9601-A3, N248 Chiller Replacement, Arch-Elevation and Details i. A 248-9601-S1, N248 Chiller Replacement, Structural -Details j. A 248-9601-MD1, N248 Chiller Replacement, Mechanical-Demolition, Plan View k. A 248-9601-M1, N248 Chiller Replacement, Mechanical-Installation, Plan View l. A 248-9601-M2, N248 Chiller Replacement, Mechanical-Installation, Elevation m. A 248-9601-M3, N248 Chiller Replacement, Mechanical-Installation, Isometric n. A 248-9601-M4, N248 Chiller Replacement, Mechanical-Schedule, Flow Diagram and Details o. A 248-9601-M5, N248 Chiller Replacement, Mechanical-Chiller Control, Feedback and Riser Schematics p. A 248-9601-M6, N248 Chiller Replacement, Mechanical-HVAC Control Points List q. A 248-9601-M7, N248 Chiller Replacement, Mechanical-HVAC Ductwork Plan r. A 248-9601-E1, N248 Chiller Replacement, Electrical-Electrical Demolition Plan s. A 248-9601-E2, N248 Chiller Replacement, Electrical-Power Mezzanine Floor Plan t. A 248-9601-E3, N248 Chiller Replacement, Electrical-Partial One-Line Diagram u. A 248-9601-E4, N248 Chiller Replacement, Electrical-Elementary Diagram v. A 248-9601-E5, N248 Chiller Replacement, Electrical-First and Mezzanine Floor Plans w. A 248-9601-E6, N248 Chiller Replacement, Electrical-Controls, Mezzanine Floor Plan x. Ames Standard Construction Specifications, dtd: 20SEP96 3. REQUIREMENTS: 3.1 Remove and reinstall interferences necessary to accomplish work required by this Statement of Work (SOW). 3.2 Remove, label, and hold all existing fluids and gases; water, oil, and refrigerants in proper containers. Deliver same to the location on center as designated by NASA, Code JFP. 3.3 Accomplish the requirements of 2.a, above, for lockout/tagout procedures and general safety guidance. 3.4 Accomplish the requirements of 2.b through 2.w, above, using 2.x (above) for installation and material guidance. 3.4.1 The contractor shall acquire and post in plain view, at the work site, a copy of the N248 Construction Permit. 3.5 The contractor shall acquire a burn/weld permit from the NASA Safety Office (John Livacich, bldg. 19, room 1066, ext: 4-3351) prior to the start of any hot work. 3.5.1 The contractor shall protect all Government equipment and property from burning, welding, or brazing leaving no injurious effects as a result of this SOW. 3.6 The contractor shall install only the following listed FMCS points in lieu of what's listed in 2.p, above: No's 1, 2, 9, 10, 11, 12, 17, 18, 19, 20, 27, 28, 29, and 30. (total of 14). CHECK POINT (Refrigerant Leak Test) 3.7 Accomplish a refrigerant leak test of the new air cooled plant refrigerant side. Allowable leakage: None. 3.7.1 Repair three refrigerant leaks as a result of testing in 3.7, above. Accomplish evacuation and dehydration. Retest. Allowable leakage: None. CHECK POINT (Operational Test) 3.8 Accomplish an operational test to verify new A/C plant operation. Set and adjust all controls in accordance with manufacturer's specifications. Allowable leakage at new and disturbed piping joints: None. 3.8.1 The new chiller shall be run-in at normal operating parameters for one week, when at such time the refrigerant dryer(s) shall be replaced with new. 3.9 Install new insulation and lagging on all new and disturbed piping and associated components. 3.10 Clean, prepare, prime and paint all new and disturbed surfaces/areas as a result of this SOW. All color coding will be designated by NASA,Code JFP. 3.11 The contractor shall accomplishment this SOW in accordance with all local, state, and Federal regulations. 4. NOTES: 4.1 Project Manager will be Michael J. McIntyre, (650)604-1364, building 19, room 1021. Alternate will be Pat Jacquemet, (650)604-4747. 4.2 All work will be scheduled and worked in conjunction with the building's requirements. 5. GOVERNMENT FURNISHED MATERIAL (GFM): 5.1 GFM: one(1) each, Chiller plant(Ref. 2.n); one(1) lot, Control Parts, (Ref. 2.p). Copies of the entire bid package(SOW, specs, and drawings) will be sent on request in writing ONLY to interested parties. For Bid packages: FAX:(650)604-7354. The provisions and clauses in the RFQ are those in effect through FAC 97-04. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 7623 and 5.0M, respectively. The quoter shall state in their quotation (in the Reps and Certs) their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to Ames Research Center is required within 40 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact, (Michael J. McIntyre, PLANT ENGINEERING BRANCH (JFP), M/S: 19-11, MOFFETT FIELD, CA. 94035-1000 OR FAX: (650)604-7354), by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters SHALL use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Applicable clauses are: 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-21, 52.222-41, 52.222-42 and 52.239-92. A "walk-through" will be conducted on June 30, 1998 at 09:00 AM, P.S.T.. All interested parties shall report to bldg. 19, room 1021 and shall submit the names of the attending personel no later than 2:00 PM, PDST, June 26, 1998 to FAX:(650)604-7354. Questions regarding this acquisition must be submitted IN WRITING no later than July 06, 1998. FAX:(650)604-1364. Quotations are due by 3:00 PM, PDST, JULY 15, 1998, to PLANT ENGINEERING BRANCH, Attention Michael J. McIntyre, M/S: 19-11, Moffett Field, CA. 94035-1000 or FAX:(650)604-7354. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed TECHNICAL merits, PRICE and PAST performance (if any); other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters SHALL provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items WITH THEIR QUOTE. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0174)

Loren Data Corp. http://www.ld.com (SYN# 0062 19980625\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page