Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOLICITATION NOTICE

J -- Annual Maintenance and Emergency On Call Service For Three Chillers

Notice Date
9/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-13-Q-80001
 
Point of Contact
Jeremy Barrasso, Phone: 617-494-2282
 
E-Mail Address
jeremy.barrasso@dot.gov
(jeremy.barrasso@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-13-Q-80001 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-61, effective September 13, 2012. The NAICS Code is 561210 and the Small Business size standard is $35.5 Million. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to award a firm-fixed-price purchase order. The Volpe Center has a requirement to purchase Emergency On-call Services and Annual Maintenance and Annual Start-up for three (3) chillers in accordance with the Statement of Work (SOW) below. Statement of Work - (Begin) General Description: The Contractor shall provide annual maintenance, start-up, emergency response, and repair for three (3) chillers located at the John A. Volpe National Transportation System Center (Volpe Center), 55 Broadway, Cambridge, Ma. 02142 (Building # 5). Chillers include: One (1) 665 ton York Screw Chiller model # YSFCFBS5CUAS, one (1) 800 ton Carrier Centrifugal Chiller model #O2XRV475DGS64/R134A/480V/3/60, and one (1) Trane Steam Absorption model #ABSCO7C41C1C1BIBAEDPS1. The Contractor shall provide a technician knowledgeable in maintenance and repair of the above three (3) listed chillers. Period of performance: The period of performance shall be from date of award through September 30, 2013. Scope: CLIN 0001: Emergency on-call services for (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. The contractor shall be available 24 hrs. /day, 365 days/year, for emergency repairs and shall respond on site within two (2) hours of being notified of an emergency service need. The contractor shall provide the services of a service technician who is knowledgeable about the above listed chillers in order to affectively conduct emergency repairs. Existing equipment is located in Building # 5, within Volpe Center Complex. The contractor shall provide all labor, materials and equipment to calibrate and repair chillers. Existing equipment is operated and maintained on a daily basis by on site Government employees. This task shall provide supplementary emergency repair service to existing chillers. For CLIN 0001, the Offeror shall propose a Not-to-Exceed (NTE) price in accordance with the requirements listed in the Statement of Work. The Offeror shall construct its proposal using 240 hours (80 hours per chiller) of emergency on-call support. CLIN 0002: Annual maintenance and annual start-up of (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. The contractor shall provide the services of a service technician who is knowledgeable about above listed chillers in order to perform work on equipment as described below. Existing equipment is operated and maintained on a daily basis by on-site Government employees. This task shall provide scheduled maintenance to existing chillers. Maintenance shall be scheduled and completed during normal business hours, 6:30am-6:30pm, Monday through Friday, excluding Federal Holidays. Work to include: 1) Initial start-up of chiller in spring - 2013, (March 20-June 20). Startup shall include changing of oil and oil filter, leak testing of entire units, trimming of refrigerant charge, and adding of refrigerant (up to 50%) if necessary. 2) Cleaning of condenser tube & absorber tube bundles (steam chiller). Both heads to be removed to facilitate work. 3) Initial testing and inspection of chiller controls and safeties. 4) Lubricate electric motor (screw chiller), clean air passages and Meg, Ohm motor windings. 5) Remove heads on evaporator section for inspection of tube bundle. Eddy current evaporator, condenser & absorber tube bundles. For CLIN 0002, the Offeror shall propose the necessary firm-fixed-price in accordance with the requirements listed in the Statement of Work. Statement of Work - (End) Pricing: The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs) in accordance with the SOW. CLIN 0001: Emergency On-call Services for one (1) York Codepak Screw Chiller, one (1) Carrier Centrifical Chiller, and one (1) Trane Steam Absorption Chiller: Not-to-Exceed Amount $_______ CLIN 0002: Annual Maintenance and Annual Start-up for one (1) York Codepak Screw Chiller, one (1) Carrier Centrifical Chiller, and one (1) Trane Steam Absorption Chiller: Total Amount $_______ Total Firm-Fixed-Price (CLINs 0001-0002): $_________________ Instructions to Offerors: An award will be made to an offeror whose offer, conforming to the solicitation and specifications identified in the SOW, is determined to offer the best value to the Government in terms of the lowest proposed price. Offerors are required to submit a one (1) page technical requirement statement which shall describe the Offeror's capabilities to perform the work outlined in the SOW. The Contractor shall meet Federal Security Requirements and applicable Volpe Center Security requirements to access a United States Department of Transportation Facility. The Contractor may be required to present picture identification of employment. The Government reserves the right to deny access to this U.S owned facilities to any individual. An unpaid site visit between the hours of 6:30am and 6:30pm, Monday through Friday, can be arranged with the Contracting Officer, Jeremy Barrasso (Tel: 617-494-2282). The signed offer must be submitted via email to Jeremy.Barrasso@dot.gov no later than 4:00 PM Eastern Time on September 26, 2012. Questions regarding this solicitation shall be emailed to the Contracting Officer. FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition and is incorporated by reference. The Offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via the Online Representation and Certifications Application (ORCA) at the following website: www.sam.gov. Offers must be registered with Central Contractor Register (CCR) via the System for Award Management (SAM.GOV) in order for the Government to proceed with an award. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (FEB 2012) applies to this acquisition and is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (Aug 2012) applies to this acquisition and is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-13-Q-80001/listing.html)
 
Record
SN02893492-W 20120923/120922000413-3b278019bd2e6936fe04e85a8d7da284 (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.