Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
DOCUMENT

J -- Semi-Annual HVAC & controls planned maintenance and lab certification for OEM Precision Environments, Inc system - Attachment

Notice Date
8/27/2010
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
Solicitation Number
N0024410T0415
 
Response Due
9/7/2010
 
Archive Date
9/22/2010
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
click here to contact contract specialist
(rachel.mcfarland@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0415. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100820. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 236220 and the Small Business Standard is $33.M. The government intends to acquire on a sole source basis with Precision Environments, West Chester, OH who is the manufacturer of the HVAC & control system which is used at Naval Surface Warfare Center, Corona Division, Corona, CA. The authority for this sole source action as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the Agency ™s requirement. The Fleet and Industrial Supply Center, Seal Beach has a requirement for CLIN 0001- 1EA-Maintenance services for equipment IAW Statement of Work set forth herein (see equipment list and sole source document attachment). A base year and two option years is required. CLIN 0001- Period of Performance 01 October 2010 to 30 September 2011. CLIN 1001- Option Year 1- Period of Performance: 1 October 2011 to 30 September 2012; CLIN 2001- Option Year 2- Period of Performance: 1 October 2012 to 30 September 2013. STATEMENT OF WORK Semi-Annual HVAC & Control ™s Planned Maintenance and Lab Calibration 1.0 SCOPE. The Naval Surface Warfare Center, Corona Division, Navy Gage & Standards Laboratory of the Product Engineering Department, requires services for semi-annual mechanical planned maintenance, calibration and semi-annual control ™s planned maintenance for their HVAC & Control System. The contractor shall meet the requirements as detailed in the following sections in this statement of work (SOW). 2.0 TASK REQUIREMENTS/SPECIFICATIONS. 3.0.1. Maintenance - The contractor shall provide the following services on the equipment listed in Attachment A. 3.0.1.1. Scheduled Inspections “ The contractor shall provide 2 preventative maintenance inspections per year. The inspections shall include verifying that all mechanical equipment and control systems are operating properly, as per manufacturer ™s recommendations. 3.0.1.2. Telephone Assistance “ The contractor shall provide 24 hour telephone support and troubleshooting, as needed to maintain the existing system, not to exceed 8 hours of total support. 3.0.1.3. Corrective Maintenance and Component Replacement Coverage - The contractor shall maintain PE22 ™s equipment at optimum peak efficiency by identifying potential problems and repair them prior to any downtime caused by equipment failure. 3.0.1.4. Emergency and Trouble Call Coverage “ The contractor shall provide emergency responses between schedule visits, Monday through Sunday, including holidays, 24 hours a day to minimize equipment downtime. 3.0.1.5. Data Base Protection “ The contractor shall backup the system files and data base during each scheduled service visit. The contractor is required to provide a copy of the backup performed, which will be stored on site at NSWC, Corona, as well as at the contractor facility. 3.0.1.6. Service Documentation “ The contractor shall document all scheduled and unscheduled service work, capturing dates, times, names of service technicians, and identification of equipment and a brief description of worked performed. The contractor shall provide this information to the government upon request. 3.0.1.7. Performance Assurance Program “ The contractor shall meet with the government representative at a minimum annually, or more frequently, at the government ™s request, to evaluate and make any necessary modifications to this maintenance program to ensure that it continues to meet the government ™s requirements. 3.0.2. Preventative Maintenance and Calibration Testing “ The contractor shall provide all metrology and mechanical services required to obtain the certainty that environmental specifications are maintained. 3.0.2.1. The Contractor shall provide semi-annual mechanical planned maintenance services, semi-annual calibration of individual environment space sensors and semi-annual control ™s planned maintenance services. 4.0 Amplification “ All temperature and humidity instrumentation utilized for the contractor ™s testing procedures will be calibrated and traceable to N.I.S.T. All calibrations have a statement of measurement uncertainty meeting the requirements of ISO/IEC 170-25. The covered equipment is identified in Equipment List Attachment. 5.0 DELIVERABLES “ a) System files and database backup on CD, provided to NSWC, Corona at each scheduled and unscheduled service visit. b) Scheduled and unscheduled service work will be documented and provided to NSWC, Corona upon request. c) All service maintenance reports will be provided semi-annually. 6.0 PERIOD OF PERFORMANCE- Base Year: 1 October 2010 through 30 September 2011; Option Year#1: 1 October 2011 through 30 September 2012; Option Year#2: 1 October 2012 through 30 September 2013 Place of Performance: Naval Surface Warfare Center, Corona Division, Navy Gage & Standards Laboratory, Norco, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor “ Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within three days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M. PST, local time 07 September 2010 and will be accepted via fax 562-626-7877 or via e-mail rachel.mcfarland@navy.mil. The full text of the Federal acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with DFARS 252.204-7004, Required Central Contractor Registration (Mar 1998). LACK OF REGISTRATION IN THE CCR WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. OFFERORS MAY REGISTER VIA THE INTERNET AT http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0415/listing.html)
 
Document(s)
Attachment
 
File Name: N0024410T0415_Equipment_list_for_HVAC.zip (https://www.neco.navy.mil/synopsis_file/N0024410T0415_Equipment_list_for_HVAC.zip)
Link: https://www.neco.navy.mil/synopsis_file/N0024410T0415_Equipment_list_for_HVAC.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02257504-W 20100829/100827234924-48cc4b31d2038a4af71b8eabdc234799 (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.