SOLICITATION NOTICE
41 -- Emergency temporary portable air-cooled chiller for PPQ NPGQC in Beltsville, MD 20705. - Package #1
- Notice Date
- 6/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-11-0081
- Point of Contact
- Leigh D. Eberhart, Phone: 6123363206
- E-Mail Address
-
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Beltsville Temp Chiller Drawing package. Combined Synopsis/Solicitation Emergency temporary portable air-cooled chiller, 300 ton minimum required capacity with 30% ethylene glycol for a minimum of 3 months, with option for additional monthly rental extensions for a total of up to 6 months. 1. This is a combined synopsis/solicitation for commercial products- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. 2. This requirement is for full and open completion. The NAICS code is 238220. The standard size is $14M. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), National Plant Germplasm Quarantine Center (NPGQC) in Beltsville, MD 20705. The solicitation number for this effort is AG-6395-S-11-0081 and this combined synopsis/solicitation is issued as a request for proposal (RFP). 3. Bid Schedule Item No. Schedule of Supplies Quantity Unit Amount 001 Furnish and install all temporary 1 EA items such as a chiller, piping and electrical wiring as required to provide the required chilled ethylene glycol per the contract drawings,dated June 2, 2011. 002 Rental of temporary chiller and 1 EA equipment for a three month period. 003 Rental of temporary chiller and 3 Month equipment for a month at a time as required. 004 Removal of all of the temporary items 1 EA including chiller, piping and electrical wiring and any additional as required to return the facility back to the original condition. 4. National Plant Germplasm Quarantine Center Temporary Rental Chiller Vendor Requirements The National Plant Germplasm Quarantine Center (NPGQC) in Beltsville, Maryland, is a mission critical APHIS facility that operates 24/7. Two aged 150-ton McQuay air-cooled rotary screw chillers attempt to supply 42 degree chilled water year-round throughout the complex. The chilled water is utilized in providing critical temperature controlled environmental conditions for the BSL-3AG High Containment Facility, growth chambers, growth rooms, and diagnostic laboratories. Continual operation of the two McQuay chillers is critical for conducting plant pathogen testing and guaranteeing containment of foreign pathogens at NPGQC. The two chillers are not capable of providing adequate cooling to the laboratories and facilities on hot humid days in the summer. NPGQC has experienced constant breakdowns of the chillers since they were installed. APHIS Engineering is currently designing the addition of a third chiller along with an upgrade chilled water distribution system. The design and installation will not be completed until late fall at the earliest. A temporary 300+ ton capacity chiller will need to be rented and installed immediately at NPGQC this spring in order to guarantee the 24/7 supply of 42 degree F. water until the current chilled water system can be upgraded. The temporary rental chiller requirements include: 4.1 Contractor shall provide: Portable rental air cooled chiller, 300 ton Minimum required capacity with 30% ethylene glycol. Chiller shall include an Integral chilled water pump package consisting of bypass, strainer and triple duty valve. 4.2 Rental period shall be for a minimum of three months with option for additional monthly rental extensions. Initial costs include delivery and labor for installation and setup. 4.3 Contractor shall provide temporary piping from rental chiller into flanged piping connections existing after removal of spare chilled water pump. 4.4 Rental chiller shall have the ability to deliver 42 degree chilled water with 52 degree return temp. 4.5 Contractor shall adjust and balance the temporary chiller installation systems to maintain existing flow conditions varying from approximately 400 to 772 Gallons per minute. 4.6 Chiller should have multiple compressors and refrigerant circuits to unload down to minimum loads of approximately 75 tons. 4.7 Chiller needs to have the ability to "auto reset" after power fluctuations, bumps, or outages. 4.8 Contractor shall provide temporary electrical supply and all associated breakers disconnects and wiring from main building electrical panel to chiller. 4.9 Contractor shall provide written and oral instruction on resetting chiller in the event of a failure. 4.10 Contractor shall provide all temporary chilled water fittings, piping and ethylene glycol solution in order to connect temporary chiller. 4.11 At the end of the rental period contractor shall be responsible for removal of and disposal of Ethylene Glycol before deconstructing the temporary piping. 4.12 Contractor shall be responsible for providing plywood sheets or other support under trailer wheels and landing gear to prevent trailer from settling into grass. 5. Statement of Work For Temporary Chiller 5.1.0 CONTRACT PROJECT: 5.1.1 Title: Temporary Chiller 5.1.2 Location: National Plant Germplasm Quarantine Center USDA-APHS-PPQ-RMPS BARC-East, Building 580 Beltsville, MD 20705 5.1.3 Project Background: There are two 150-ton, McQuay air-cooled chillers supplying the USDA Beltsville facility with chilled ethylene glycol (30%). The chillers are extremely unreliable and undersized. 5.1.4 Project Description: The contractor shall provide all labor, materials and equipment necessary to provide temporary cooling equipment to provide the facility with a minimum of 300 tons of chilled ethylene glycol in accordance with contract drawings, dated June 2, 2011. Contractor shall include all temporary electrical work and temporary piping as required. 5.1.5 Project Data: As-built drawings are available on site for review. 5.2.0 PROJECT CONTACT PERSONS: 5.2.1 Contracting Officer (CO): Leigh Eberhart Contracting Officer USDA, APHIS, MRPBS, ASD, Butler Square 100 N 6th St, Ste 501C Minneapolis, MN 55403 Tel. No.: 612-336-3206 Fax No.: 612-336-3550 E-mail: Leigh.D.Eberhart@aphis.usda.gov 5.2.2 Engineering Project Manager (EPM): Keith O'Brien USDA, APHIS, ASD, ESB 4700 River Road, Unit 115 Riverdale, MD 20737 - 1238 Tel. No.: 301-734-5505 Fax No.: 301-734-4846 E-mail: keith.m.obrien@aphis.usda.gov 5.2.3 Program Project Manager (PPM): Wayne Claus USDA, APHIS, PPQ, RMS BLDG 580 Beltsville, MD 20705 Tel. No.: 301-504-8152 Email: Wayne.p.Claus@aphis.usda.gov 5.3.0 REQUIREMENTS: The services to be provided are summarized below. 5.3.1 Pre-Construction Phase: 5.3.1.1 Submit proposed Schedule. 5.3.1.2 Submit manufacturer's cut sheets of proposed chiller and necessary equipment to be furnished temporarily. 5.3.2 Construction Phase: 5.3.2.1 Furnish temporary chiller and fully install chiller and associated piping and electrical wiring so that the chillers operates according to the manufacturer's recommendations. 5.3.2.2 Provide all maintenance and repair of the temporary chiller as required to insure it operates in accordance to the manufacturer's recommendations. 5.3.3 Post Construction Phase: 5.3.3.1 Disconnect all temporary equipment and remove from the site. 5.3.3.2 Return the site to the condition before installing the temporary chiller. 5.4.0 SUBMITTALS 5.5.1 Distribution Package to Contracting Officer: (1 copy total) Leigh Eberhart Contracting Officer USDA, APHIS, ASD, ESB Butler Square 100 N 6th St, Ste 501C Minneapolis, MN 55403 5.5.2 Distribution Package to Program Project Manager: (2 hard copies total; one electronic copy) Wayne Claus USDA APHIS BLDG 580 Beltsville, MD 20705 5.5.3 Distribution Package to Project Engineer: (2 copies total) Keith O'Brien USDA, APHIS, ASD, ESB 4700 River Road, Unit 115 Riverdale, MD 20737 6. If a site visit is require please make arrangements with: Wayne Claus USDA, APHIS, PPQ, RMS BLDG 580 Beltsville, MD 20705 Tel. No.: 301-504-8152 Email: Wayne.p.Claus@aphis.usda.gov 7. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials; Delivery Schedule and Past Performance. Technical/quality factors, Past Performance and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I); 52.219-8, Utilization of Small Business Concerns; 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 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; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). 8. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, June 15, 2011. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. 9. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for items, CLINS 001- 004 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-11-0081/listing.html)
- Place of Performance
- Address: USDA APHIS PPQ RMS, Bldg 580, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN02468650-W 20110611/110609234854-fd16d34bfd5b13063917f4dc2891d046 (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 |