MODIFICATION
99 -- Repair/Replace Dental Vacuum Pump System
- Notice Date
- 6/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- F2A4MD2108A001
- Archive Date
- 7/11/2012
- Point of Contact
- Peter Burke, Phone: 7017473023, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
peter.burke.2@us.af.mil, jeremiah.snedker@us.af.mil
(peter.burke.2@us.af.mil, jeremiah.snedker@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is F2A4MD2108A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This acquisition is unrestricted under the North American Industry Classification System (NAICS) code of 238290. The business size standard is $14,000,000.00. This request for quotation consists of the following: Remove/replace dental vacuum system, all HVAC controls, and return fan variable frequency drive. Remove all electrical junction point in RM 1043. Repair 4 pumps. Repair and connect air compressor to Energy Management Control System (EMCS). The contractor shall provide all management, tools, supplies, equipment and labor necessary to install and repair mechanical equipment to include: Dental Vacuum Pump System: Design and install new dental vacuum system. The new system shall have a 50 gallon RAMVAC 590053 collection tank (shall include an auto-wash) or equal, HG5-HV amalgam separator and filter (shall include an auto-wash) or equal, two Bison 7 RAMVAC 826E0800.1 vacuum pumps (including an S-Type RAMVAC 3270 exhaust filter for each) or equal, S1 RAMVAC 8-600-131 vacuum stabilizer control kit or equal, and any necessary electrical controls. The system must accommodate the max capacity for the dental flight, which operates 12 dental chairs. The controls shall communicate with the existing EMCS software, Honeywell XBS/EBI, to allow for proper load shedding and monitoring. Communication will consist of start/stop, status, monitoring of vacuum pressures, alarms, and ability to control which pump runs. All applicable points shall be two-way communicable and seamlessly integrate with the same graphic interface as Honeywell XBS/EBI. The contractor shall remove all existing facets of the current vacuum pump and locate the new pump in the current location. Contractor shall remove and dispose, at their expense, all removed equipment off base. The contractor shall provide start up materials and equipment for the vacuum pump to ensure functionality. Maintain the start/stop button and the vacuum and evacuation level read outs located in room 2015. Repair the vacuum and evacuation level readouts located in room 2015 with a similar product to be approved by facility manager. HVAC Controls: Remove and replace HVAC EMCS controls for chillers, pumps, air handling units, and variable frequency drives (VFDs) located in room 1043. New controller shall have all applicable facets such as a zone manager, communication's card, and all inputs/output cards (both analog/digital). The new controls must seamlessly communicate with the current EMCS system, Honeywell XBS/EBI. The controls shall allow for proper two way control of all ‘points' addressed in system, such as on/off controls and status. Contractor shall locate the new controls inside the existing controls cabinet located in room 1043. Variable Frequency Drives (VFD's): Remove and replace the VFD for the return air fan located in room 1043. The new VFD shall connect to the existing EMCS system, Honeywell XBS/EBI. Communication shall include start/stop, status, alarms, and scheduling. All applicable points shall be two-way communicable. The new VFD shall have the all electrical components, motor starter and disconnect-hand/off/auto, self contained or ‘all-in-one' in the new unit. Inspect and provide a written report to MTF Facility Manager any damage of the VFD for the supply fan located in room 1043. Air Compressor: Connect the existing air compressor control board to the existing EMCS system, Honeywell XBS/EBI. Controls shall include status, start/stop for each compressor, alarms, along with air pressure. All applicable points shall be two-way communicable. Repair and replace any damaged components found in the air compressor control panel. Remove and replace the moisture sensor on the compressed air line. Pumps: Inspect the 4 pumps located in room 1043. Each pump shall have a complete electrical inspection completed to ensure reliability. Correct any vibrations, loose fittings, or damaged parts found. This includes couplers, pump seals, electrical components, and bolts/screws. Electrical: Inspect and repair all electrical components located in room 1043. This includes motor starters, outlets, junction boxes, and electrical panels. All four motor starters located in room 1043 shall have contact blocks replaced to ensure reliability. Hardware and Software Requirements: All required hardware and software will be provided by installer to run dental vacuum system and HVAC equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-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 Deviation; FAR 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotations should be submitted and shall contain the following information: Offerors must show: (1) RFQ Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Unit price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Only one award will be made based on which offer is fully in compliance with the description for this requirement and provides the best value to the government in terms of price. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. In accordance with DFARS 252.204-7004 Alternate A, Central Contractor Registration, prior to receiving any contract award, all offerors must be Central Contractor Registered (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via email at the address provided below. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Gregory Oneal, Contact info is as follows: Address is HQ AMC/A7K 507 Symington Drive, Scott AFB IL 62225-5022, Telephone- (618) 229-0184, Fascimile- (618) 256-6668, and email is gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. SITE VISIT: A site visit will be conducted 1:00 PM CST, Friday 15 June 2012. If interested companies would like to attend this site visit please contact SSgt Peter Burke Jr at the contact info below in order to gain access to the base and attend the site visit. Please notify SSgt Burke at least 48 hours ahead of time so that appropriate action can be taken. North Dakota Wage Determination for # 2005-2407 Rev. 11 applies to this requirement. (See attached Wage Determination.) The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database at www.ccr.gov and shall be considered for award. All quotes must be sent to SSgt Peter Burke Jr at: Fax 701-747-4215; e-mail peter.burke.2@us.af.mil ; or mail directly to 319 Contracting Flight, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, 58205-6436. Quotes are required to be received no later than 4:00 PM CST, Thursday 26 June 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A4MD2108A001/listing.html)
- Place of Performance
- Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58205-6346, United States
- Zip Code: 58205-6346
- Zip Code: 58205-6346
- Record
- SN02780676-W 20120622/120620235204-eac1a6c8b36db29ee72d2479ce9051e9 (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 |