|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box
1000, Montgomery, PA 17752 J -- CHILLER REPAIR SOL RFQ 229-0033-9 DUE 070799 POC G.F. Garceau,
Contract Specialist (570) 547-1641 Ext. 541 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) Subpart 12.6,
as supplemented with additional information included in the notice.
This announcement constitutes the only solicitation; quotes are being
requested and written solicitation will not be issued. (ii) This
solicitation is issued as Request for Quotation (RFQ) 229-0033. (iii)
The solicitation document and incorporated provisions are those in
effect through Federal Acquisition Circular (FAC) 97-11. (iv) This
solicitation is open to small businesses and large business under
Standard Industrial Classification (SIC) Code of 7623, with a size
standard of $5.0 million. Other forms referenced herein are required to
be completed and submitted with all quotations. (v) The contractor
shall provide unit price for the following: Re-manufacture of two (2)-
Trane CenTraVac Chiller Units. The chiller units, Model #CVHE-050F
(utilizing R-11 refrigerant), are to be re-manufactured to
environmentally accept HCFC-123 refrigerant in accordance with contract
specifications, Quantity 1 Job. (vi) 1.0-GENERAL: All work will be
performed at the Fairton Federal Correction Institution, which is
located 4 miles east of Fairton, NJ on Highway 698. The work will
involve the re-manufacture of two (2)- Trane CenTraVac Chiller Units.
The chiller units, Model #CVHE-050F (utilizing R-11 refrigerant), are
to be re-manufactured to environmentally accept HCFC-123 refrigerant.
EXISTING CONDITIONS: The two (2)- Trane CenTraVac Chiller Units were
leak tested on 7/23/98. As a result of that test, several R-11
refrigerant leaks were located in multiple areas. The leaks were
sealed, however, the added refrigerant has now exceeded the E.P.A.
maximum percentage for comfort chillers. The chillers have also
exceeded the Trane recommended ten (10) year overhaul period. 2.0 --
SCOPE OF WORK: The contractor is to perform all work in accordance with
all applicable Federal, State, and Local laws. All work is to conform
to applicable E.P.A.,and OSHA standards and regulations. The contractor
is responsible for the verification of all site conditions. The
contractor must strictly adhere to all institution security procedures
at all times. The contractor is to be licensed and insured to perform
this type of work. The contractor must be authorized as a Trane
Service provider. The scope of work is to include: A) Completely
recover the existing R-11 charge, including vapor, from the units. The
contractor is required to dispose of the refrigerant under the proper
EPA guidelines; B) Completely disassemble and remove the existing R-11
hermetic motor from each of the Trane CenTraVac units; C) Provide and
install, on an exchange basis, a re-manufactured R-123 compatible
hermetic motor assembly; D) Modify or replace chiller components; E)
Provide and install a new refrigerant orifice flow control system in
the chillers and economizer; F) Provide and install R-123 compatible
gaskets and o-rings, seals, etc., as required; G) Provide and install
new oil filter and oil charge; H) Reassemble entire chiller(s); I)
Pressure test the entire unit with dry nitrogen; J) Evacuate and
dehydrate chillers to a vacuum of 2500 microns; K) Supply and install
a new charge of R-123; L) Perform an eddy current tube analysis on the
evaporator and condenser tube bundles. Clean evaporator and condenser
bundle tubes; M) Provide and install a Trane Micro-Electronic Control
Panel Conversion Assembly; N) Provide a Trane Refrigerant Monitor with
scanner, calibrate and set up after installation. Installation to
include AC power to unit; O) Provide and install a Trane Rupture Guard;
P) Provide and install a new Trane Purifier Purge; Q) Provide all
necessary labor and rigging; R) Start-up, run and log the unit(s); S)
Re-insulate the chiller(s) where insulation was removed (as needed); T)
Supply operational performance figures, adjusted for R-123; U) Provide
one (1) year full warranty on chiller(s) and two (2) year warranty on
motor(s). 3.0 -- CLEAN-UP: Clean-up shall be performed as required to
prevent accidents to personnel, protect all work in place, and to
effect completion of the project in a timely and orderly manner.
Clean-up and remove all refuse, rubbish, scrap materials, and debris
daily so that the site of the work will present a neat and orderly
appearance. All clean-up, removal, and disposal shall be in accordance
with all local, state, and federal regulations and in accordance with
the final approval of the Contracting Officer. Final clean-up shall be
performed immediately prior to the Contractor's request for final
inspection and payment. 4.0 -- SAFETY: The Contractor shall be required
to conform to all safety and health regulations as set forth by OSHA
regulations during the execution of all work performed under this
contract. 5.0 -- SUBMITTALS: The Contractor shall submit standard
factory labeled samples, manufacturers' specifications, manufacturers'
recommended installation and other applicable instructions to show
compliance with specifications for the execution of the contract. 6.0
-- MISCELLANEOUS: The contractor should fully understand that this
contract will be performed at a secure Federal Prison. The work will be
performed "outside" of the main institution fence, however, there will
be close proximatey to the Federal Prison Camp and High Security Unit.
The institution will make every effort to provide access to the work
area in a timely manner. However, there may be times in which delays
will be encountered due to entry and exit procedures, adverse weather,
or institutional emergencies. The institution is to provide the
contractor with storage areas for delivery of materials. The contractor
must remove all tools and equipment from the institution grounds at the
end of each work day. The contractor agrees to adhere to all
regulations prescribed by the institution for safety, custody and
conduct of inmates. The security of the institution must be maintained
at all times. The contractor and his (or her) employees will be
escorted by Bureau staff at all times. (vii) The contractor has 40
calendar days after date of the award to complete all requirements of
contract at the Federal Correctional Institution Fairton, Hwy 698,
Fairton, New Jersey 08320. This is to be FOB: Destination. (viii) FAR
Provision 52.212-1, Instructions to Offerors -- Commercial Items (AUG
1998) and the following clauses incorporated by addendum apply -- At
paragraph (c), "Period of Acceptance of Offers," has been determined by
the Contracting Officer to be non-applicable to this solicitation and
is hereby removed in its entirety for the purpose of this requirement.;
At paragraph (e), "Multiple Offers," has been determined by the
Contracting Officer to be non-applicable to this solicitation and is
hereby removed in its entirety for the purposes of this requirement; At
paragraph (h) "Multiple Awards" has been determined by the Contracting
Officer to be non-applicable to this solicitation and is hereby
removed in its entirety for the purposes of this requirement; 52.204-6
Contractor Identification Number -- Data Universal Numbering System
(DUNS) Number (APR 1998) (ix) The evaluation will be based on price and
price related factors. FAR Provision 52.212-2 Evaluation -- Commercial
Items (JAN 1999) (x) FAR Provision 52.212-3, Offeror Representations
and Certifications -- Commercial Items (MAY 1999) is incorporated and
is required to be submitted with the contractor's quote. (xi) FAR
Clause 52.212-4 Contract Term and Conditions -- Commercial Items (MAY
1999) and the following clauses incorporated by addendum apply --
52.223-5 Pollution Prevention and Right to know Information (APR 1998);
52.225-11 Restrictions on Certain Foreign Purchases (AUG 1998);
52.237-1 Site Visit (APR 1984); 52.237-2 Protection of Government
Buildings, Equipment and Vegetation (APR 1984); 52.247-34 F.O.B.
Destination (NOV 1991). (xii) FAR Clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (MAY 1999) and the following clauses apply to this
clause -- 52.222-21 Prohibition of Segregated Facilities (FEB 1999);
52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action
for Workers with Disabilities; 52.222-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era **Deviation to 52.222-37
changes paragraph f to read as follows: "(f) Subcontracts. The
Contractor shall include the terms of this clause in every subcontract
or purchase order of $25,000 or more unless exempted by rules,
regulations, or orders of the Secretary."; 52.232-34 Payment by
Electronic Funds Transfer -- Other than Central Contractor Registration
(MAY 1999). (xiii) FAR Provision 52.252-1 Solicitation Provisions
Incorporated by Reference (FEB 1998); FAR 52.242-15 Stop-Work Order
(AUG 1989); FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB
1998); FAR Clause 52.252-6 Authorized Deviations in Clauses (APR
1984); JAR Clause "Compliance with Veterans Employment Reporting
Requirements"; JAR Clause "Year 2000 Warranty"; JAR Clause 2852.211-70
Brand-Name or Equal (JAN 1985); Clause 2852.223-70 Unsafe Conditions
Due to the Presence of Hazardous Material (JUNE 1996); The FAR
clauses/provisions can be found at www.arnet.gov/far and the JAR
clauses can be found at www.usdoj.gov. An organized Site Visit is
scheduled for 1:00pm, June 25, 1999. Contractors must provide the
name(s) and SSN of representative(s) intending to attend the site visit
not later than 4:00pm, June 23, 1999 to Joe Brown, Contract Specialist,
at Voice (609)453-1177, or FAX (609)453-4194. Contractor workers will
be required to complete a pre-employment form and the following
investigative procedure is incorporated and to be applied before
commencing work: National Crime Information Center (NCIC) check. (xiv)
N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on July 07, 1999 to
the following address: FPC Allenwood, Regional Contracting Office, P.O.
Box 1000, Montgomery, PA 17752(Regular Mail) or 1049 Allenwood Camp
Lane (Federal Express, etc). All quotes should be marked with the RFQ
number. (xvii) For additional information, please contact G.F. Garceau,
Contract Specialist at (570) 547-1641, extension 541. Posted 06/08/99
(W-SN340281). (0159) Loren Data Corp. http://www.ld.com (SYN# 0045 19990610\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|