Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2000 PSA #2688
SOLICITATIONS

J -- FURNISH AND INSTALL AIR-COOLED CHILLER

Notice Date
September 15, 2000
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 205 S 6th St, Bldg 318, Altus AFB, OK, 73523-5147
ZIP Code
73523-5147
Solicitation Number
F34612-00-QQ049
Response Due
September 22, 2000
Point of Contact
Jaypee Magbitang, Contract Specialist, Phone 580-481-7321, Fax 580-481-5138, Email Jaypee.Magbitang@altus.af.mil -- Mary Putnam, Chief, CE Services Flight (B FLT), Contracting Officer, Phone 580-481-7545, Fax 580-481-5138, Email Mary.Putnam@altus.af.mil
E-Mail Address
Jaypee Magbitang (Jaypee.Magbitang@altus.af.mil)
Description
Funds are not currently available for this requirement; however request for funding is included in the FY 00 End of Year Spend Plan. Award is contingent upon funds becoming available on or before 30 Sep 00. This is a combined synopsis/solicitation 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. A quote is being requested and a written solicitation will not be issued. Solicitation number F34612-00-QQ049 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. This acquisition is restricted and is under Standard Industrial Classification code 4961, with a small business size standard of $9,000,000.00. Contractor shall remove existing 30-ton air cooled chiller and install a new 30-ton unit. Work will include demolition and removal of existing unit and associated piping. The existing chiller shall be turned over to the base personnel after work is complete for salvage. The new chiller shall be installed on the existing pad with new insulated piping. Contractor shall provide all plant, labor, travel, material, supervision, and administration necessary to purchase and install the new chiller. Removal of debris will be at no additional cost to the government. The contractor shall furnish and install an air-cooled package type 30-ton chiller. Chiller shall maintain an evaporator set point between 40 and 50 degrees, and operate on 208vac/3 phase. Chiller shall have an internal or external flow switch to monitor chill water flow. The chiller shall have a low-ambient control package to maintain correct condensing temperatures at low ambient conditions. Condensing design temperature shall be based on 105 degrees F. Unit shall have a factory-mounted microprocessor based control panel, which monitors and maintains the operations of the chiller. The chiller shall be a Trane model # CGAFC30E or equal. Contractor shall install chiller in accordance with manufacturer's installation instructions, and required national and local codes. Contractor shall install chiller and piping by manufacturers recommended clearances. Electrical circuit shall be supplied by the existing 150amp breaker in panel board "E" located in the mechanical room. After completion of chiller installation, the contractor shall provide a factory authorized technician to provide startup and maintenance training to base personnel. CHILL WATER PIPING; contractor shall use schedule 40 black steel welded pipe with threaded fittings from 1/2" to 2" pipe size and flanged connections from 2-1/2" and larger. The contractor shall install Isolation valves in the supply and return chill water lines; valves shall be a full port ball type design. Contractor shall install 2ea new 0-60 psi pressure gages, 2ea temperature gages, and re-install existing temperature sensors for the base EMS system. Supply and return piping shall be Insulated with 1" thick preformed pipe insulation with appropriate PVC elbow jackets, and covered with aluminum weatherproof pipe jacketing. Contractor shall become familiar with the work and verify all field measurements for work to be accomplished to include: piping measurements, fittings needed, and other necessary components/accessories or equipment to provide a complete and operational system. Contractor shall coordinate with the Base fire department for welding permits. All work shall be accomplished utilizing the following references: ARI ANSI/ARI 410, AMCA ANSI/ANCA 210, ABEMA Std 9, ABEMA Std 11, ASTM A36, ASTM A123, ASTM A167, ASTM A176, ASTM A596, ASTM A924, ASTM B117, ASTM B209, ASTM B696, ASTM Bd1654, ASTM E437, NEMA MG 1, SSPC Paint 16, SSPC PS 10.01, UL 94, UL 507, UL 746c, UL 900, ASHRAE, the NEC and the NFC. Contractor shall provide all tools, equipment, materials, and labor to accomplish the job. Contractor shall maintain a normally safe working area. All debris shall be removed on a daily basis, and when the job is complete. There is no identified asbestos or lead base paint located in the mechanical room, nor will the contractor use these materials at the work site. There will be a site visit at 10:00 AM CST, 19 Sep 2000. Site visit is not mandatory but is highly encouraged. Meeting will be at the 97 CONS Conference Room, Building 318, Altus AFB OK. Please send any questions or requests to 97 CONS / LGCB, ATTN: Jay Magbitang, 205 S. 6th St. Bldg. 318, Altus AFB, OK 73523-5147. You may also call P.O.C. at (580) 481-7321, send a fax to (580) 481-5138, or e-mail at jaypee.magbitang@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors- Commercial Items, (Mar 2000). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 205 S. 6th St. Bldg. 318, Altus AFB OK 73523-5147 at or before 1630 (4:30 P.M.) CST, 22 Sept 2000. Submit signed and dated quotations on company letter head or quotation form. Quotations may be faxed to (580) 481-5138. Offers on this acquisition shall be evaluated on the basis of price factors only. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2000) with the quotation. If a copy of the provisions are needed, please request from Jay Magbitang, and a copy will be faxed. FAR clause 52.212-4 (May 1999), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2000) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-3, convict labor (E.O.11755), 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-19, European Union Sanctions for Services (E.O. 12849); 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); 52.232-33 Payment by Electronic Funds Transfer -- - Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contractor Act of 1965, as Amended (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.): Heating, Refrigeration and Air Conditioning Mechanic $15.08/ hr, 29.55% Fringe Benefit. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2000).DFARS 252.227-7015 Technical Data- commercial Items (Nov 1995). DFARS 252.227-7037 Validation of Restrictive Markings or Technical Data (Sept 1999). A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 94-2525 Rev-15 applies and is incorporated into this Solicitation and any resultant Purchase Order. If a copy of the Wage Determination is needed, please request one from Jay Magbitang, and a copy will be faxed.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F34612-00-QQ049&LocID=513)
Record
Loren Data Corp. 20000919/JSOL009.HTM (D-259 SN497120)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 15, 2000 by Loren Data Corp. -- info@ld.com