Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2008 FBO #2536
SOURCES SOUGHT

J -- THIS IS A MARKEY SURVEY. MAINTENANCE AND REPAIR SERVICES FOR HVAC AND CHILLED WATER EQUIPMENT/SYSTEMS FOR SEVEN BLDGS AT SPACE AND NAVAL WARFARE SYSTEMS COMMAND, NWS CHARLESTON, SC

Notice Date
11/3/2008
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Charleston, N69450 NAVFAC SOUTHEAST, CHARLESTON 2120 Quality Circle Bldg 71 Goose Creek, SC
 
ZIP Code
00000
 
Solicitation Number
N69450SC00001
 
Response Due
11/17/2008
 
Archive Date
12/2/2008
 
Point of Contact
SUSIE CONNER 843-764-4148
 
Small Business Set-Aside
N/A
 
Description
THIS IS A MARKET SURVEY. Naval Facilities Engineering Command, FEAD Charleston is seeking interested sources for maintenance and repair services for HVAC and chilled water equipment/systems for seven buildings at the Space and Naval Warfare Systems Command, Naval Weapons Station, Charleston, SC. The work includes providing all labor, transportation, equipment, materials, tools, supplies, and supervision required to perform the inspections, testing, maintenance, repair, and component replacement as required to maintain the following, but not limited to, type equipment and peripheral systems. Water chillers/air conditioning units including large (480 ton) reciprocating and high pressure rotary screw compressor equipped chillers; large 4000 ton-hr glycol-ice thermal storage system; Air Handling Systems; Variable Air Volume Terminals; Pumps; Electric Motors and Controllers; Chilled Water Piping Systems; Chilled water system chemical treatment, including chemicals; Adjus! table frequency drives; Computer room air conditioning units; Mechanical thermal insulation; HVAC control systems to include microprocessor-based Direct Digital Controls (includes Metasys, T.A.C., and Automated Logic Direct Digital Controls); Steam/Hot water boilers; Dehumidifiers; Steam Humidifier sand Exhaust fans. This effort requires the offeror to have required knowledge, understanding and experience with the above-mentioned equipment and peripheral systems. This procurement may result in the award combination firm fixed price/indefinite quantity type contract. The performance period for this potential contract is 5 years. Firms having the required specialized experience with the above systems are invited to submit appropriate documentation, literature, brochures, and references. Responses shall be limited to 8 pages and should be submitted to Naval Facilities Engineering Command, FEAD Charleston, Attn: Susie Conner, 2120 Quality Circle, Building 71, Naval Weapon! s Station, Goose Creek, SC 29445-8611. Responses must include the following: (1) name and address of firm, (2) size of business; average annual revenue for past 3 years and number of employees, (3) ownership, i.e.,: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; Hubzone, etx. (4) number of years in business; (5) two points of contact; name, title, phone, fax and e-mail; (6) DUNS number and CAGE Code and applicable NAICS Code; (7) affiliate information; parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractor (if potential prime), (8) describe experiences, as either a contractor or subcontractor (identify which), with maintenance and repair HVAC and chilled water equipment identifying the types of systems maintained; describe experiences in preventive maintenance inspection and services (PMIS); routine/periodic inspection test; service call, water treatment and minor work. In addition, firms are requested to submit information on the following: a) Response tim! e- Do to the critical nature of SPAWAR operations all bidders must ensure that a real person (not recording or pager) must be available for emergency calls 24 hours a day, 7 days a week. Response to an emergency call cannot exceed two (2) hours; b) Safety Information-All bidders must provide documentation of an OSHA approved safety training program with their bid. c) Manpower/Technician Qualifications - A prospective bidder's workforce should consist of no fewer than eight (8) technicians qualified to troubleshoot, diagnose, and repair reciprocating and high-pressure rotary screw compressor equipped chillers, as well as variable frequency drives, and microprocessor-based Direct Digital Controls and electrical maintenance. The bidders workforce should also be qualified to maintain and repair steam and hot water boilers. To properly maintain the controls system, bidders should have documentation of sufficient training of personnel in Metasys, T.A.C. and Automated Logic Dir! ect Digital Controls; d) Refrigerant Certification- Bidders must provide documentation of EPA refrigerant certification. Bidders must have at least three (3) technicians with universal certification and at least three (3) technicians with standard EPA refrigerant certification; e) Parts Procurement - In order to ensure expeditious parts procurement, bidders must include a summary list of parts suppliers with whom they have an open line of credit in good standing; f) Liability Insurance - bidders must include proof of general liability insurance with a minimum coverage of three (3) million dollars; g) Pat Experience - Bidders must include a list of references and contacts of past experience with large, ( up to 480 ton) reciprocating and high-pressure rotary screw compressor equipped chillers, variable frequency drives, microprocessor-based Direct Digital Controls, steam and hot water boilers. Identify relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer poi! nt of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS.RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 238220 WITH A SIZE STANDARD OF $14 MILLION IN ANNUAL RECEIPTS. CLOSING DATE FOR RESPONSES IS 17 NOVEMBER 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ed2efb2d0dc04dedecb1095c9958e2dc&tab=core&_cview=1)
 
Record
SN01700004-W 20081105/081103215308-ed2efb2d0dc04dedecb1095c9958e2dc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.