Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2010 FBO #3262
SOLICITATION NOTICE

J -- Preventive Maintenance Service Bi-Annually on HVAC System

Notice Date
10/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MORU - NEKOTA MABO 24290 Doane Mt Rd Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q6710110012
 
Archive Date
10/28/2011
 
Point of Contact
Kadra L. Martz Contract Specialist 6053412809 Kadra_Martz@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Interior, National Park Service is soliciting offers to provide preventive maintenance service bi-annually on HVAC System at Agate Fossil Beds National Monument, Nebraska. The Contractor is expected to follow commercial practices to ensure safe and proper preventive maintenance service in accordance with all Federal, States, and local regulations. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) in accordance with FAR Part 12 (Acquisition of Commercial Items). The solicitation number is Q6710110012. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 238220, and business size maximum is $14.0 million. This acquisition is 100% set aside for emerging small business concerns. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) Systems. The government will award a firm fixed-price contract with one (1) base year and four (4) option years resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, is the lowest price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The government may elect to award without discussions. DESCRIPTION: The work of this project is to provide preventive maintenance service bi-annually on one air handler, on variable frequency drive, on condensing unit, one duct furnace, one mini split, eight vav boxes, and seven humidifiers. The work consists of a full service cooling check to include tightening of all electrical connections, checking all blower and motor bearings, greasing bearings as needed, check for the proper refrigent charges, proper voltage and amp draw check for the units, washing of the condenser coils, cleaning the evaporator coils, inspection for any refrigerant leaks, testing of units operation in cooling, recalibration of the eight vav boxes, testing of the VFD for proper operation, and replacement of the pre-air filters, final filters, and belts in the air handler. Full service heating check to include tightening of all electrical connections, checking all blowers and motor bearings, greasing bearings as needed, check for the proper gas pressures, proper voltage and amp draw check for the units, cleaning of the burner compartments in the duct furnace, inspection for any gas leaks, testing of the units operation in heating, recalibration of the eight vav boxes, testing the heat operation of the eight vav boxes, chemically de-scaling the seven humidifiers, testing the humidifiers for proper operation, testing of the VFD for proper operation, and replacement of the pre-air filters and belts in the air handler. Document all and any malfunctions with units and submit documentation for approval of repairs needed. Responsible environmental policy will be to recover and recycle refrigerant in cases of leakage. No refrigerants will be recycled in to Agates equipment. A 24 hour service call technician must be able to respond when needed. Prospective offerors are strongly encouraged to visit all sites prior to submitting quotes. Contact Bill Matthews, (308) 668-2211, to arrange a site visit. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are available on the internet at: https://www.acquisition.gov/far/ and they will be incorporated into final contract award documents as appropriate. FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3Offeror Representations and Certification Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.219-06 Notice Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222.21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.225-1 Buy American Act; FAR 52.225.13 Restrictions on Certain Foreign Purchases; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-3 Taxpayer Identification; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.243-1 Changes-Fixed-Price; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price); FAR 52.249-8 Default (Fixed-Price Supply and Service); FAR 52.228-05 Insurance-Work on a Government Installation; FAR 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program; FAR 52.219- 20 Notice of Emerging Small Business Set-Aside; FAR 52.217-2 Cancellation Under Multiyear Contracts; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Service; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.223-5 Pollution Prevention and Right-to-Know Information. North Dakota Wage Determination No.: 05-2587, revision 9, dated 7/20/2010 may be applicable to this solicitation and resulting award. The Wage Determination is available at http://www.wdol.gov/. Submit quotes and questions via email or fax to Kadra L. Martz, Contracting Officer, National Park Service, Midwest Regional Office/NEKOTA MABO, email: kadra_martz@nps.gov; fax: 605-574-9077; phone: 605-574-3193. All questions must be submitted in writing via email or fax. Questions must be received at least 5 days prior to the close date. This solicitation will close at 2:00 PM Mountain Time, on November 10, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6710110012/listing.html)
 
Place of Performance
Address: Agate Fossil Beds National Monument301 River RoadHarrison, NE
Zip Code: 69346
 
Record
SN02318335-W 20101030/101028233909-4fd093950f923792ee73efb34ca750d1 (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.