SOLICITATION NOTICE
J -- Repair 15 Ton Liebert Air Conditioning Units, Defense Distribution Center San Joaquin (DDJC), Tracy Site
- Notice Date
- 2/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-07-T-0079
- Response Due
- 4/6/2007
- Point of Contact
- DONNA KAUTZ, CONTRACT SPECIALIST, Phone 717-770-6563, Fax 717-770-7591,
- E-Mail Address
-
donna.kautz@dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor shall furnish all necessary supervision, labor, material, equipment and accessories necessary to repair four each 15 Ton Liebert Air Conditioning Units, Manufacturer: Model FH199A-ASEI, Serial Number 365-001 through 004, Defense Distribution Center San Joaquin (DDJC), Tracy Site, Tracy CA. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will visit the site and thoroughly familiarize himself with the project. SCOPE OF WORK: 1. Replace motor sheave, blower assembly, compressor contactors, humidifier contactors, pan, lamps and stand pipe. 2. Top off refrigerant charge and check for leak in all circuits. Repair leaks when required. 3. Run units for proper operation. 4. Check roof top condensing units. SPECIAL CONDITIONS/REQUIREMENTS: 1. All work shall comply with EPA. 2. All excess materials and construction debris generated by this work shall be removed from Government property daily. Use of Government dumpsters, trashcans or other receptacles is prohibited. 3. Contractor is subject to all DDJC and Defense Logistics Agency security regulations, including but not limited to Base regulations pertaining to rules of the road, vehicle registration requirements, conditions of access and ID badges. Period of Performance: Contractor shall commence work upon receipt of a purchase order and complete the entire work ready for use within 30 calendar days after receipt of the purchase order. This acquisition is a small business set-aside. The NAICS Code for this procurement is 811310. The small business size standard is $6,500,000. The tentative date for issuance of Request for Quote (RFQ) SP3100-07-T-0079 for the above stated requirement is the week of March 12, 2007. A site visit will be available. Instructions for attending will be provided with the solicitation package. Access to the solicitation package will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest priced offeror. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-APR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-07-T-0079/listing.html)
- Place of Performance
- Address: Defense Distribution Center San Joaquin (DDJC) Tracy Site Tracy Ca
- Zip Code: 95376
- Country: UNITED STATES
- Zip Code: 95376
- Record
- SN01279763-F 20070425/070424015616 (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 |