Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
SOURCES SOUGHT

J -- Russells Environmental Units/Systems Equipment Maintenance, Inspections, Repair Services

Notice Date
6/3/2015
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-15-X-9412
 
Response Due
6/17/2015
 
Archive Date
8/2/2015
 
Point of Contact
Margaret Stroynowski, 973-724-4567
 
E-Mail Address
ACC - New Jersey
(margaret.stroynowski@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Russells Environmental Units/Systems Equipment Maintenance, Inspections, Repair Services NAICS: 333415 FSC: 4120 Response Date: June 17, 2015 The Armament Research, Development and Engineering Center (ARDEC) at Picatinny NJ, is seeking information on the availability and technical capability of all sources to provide the required product services for Russells Environmental Chambers. The Contractor shall provide all technical labor, materials, supplies, tools, transportation and equipment to perform preventive maintenance, equipment adjustments, inspections, repair services and new equipment for Russells environmental systems (mechanical systems, components and equipment). These services shall be performed on location at Picatinny Arsenal, NJ. Required Capabilities: Environmental units/equipment shall be serviced by the Contractor annually, semiannually and quarterly as per the manufacture's specifications, but not less than twice annually. The Contractor shall ensure that all Preventive Maintenance tasks will be performed as suitable for proper functioning of the air handlers and condensing units. Each Preventive Maintenance scheduled service visit shall consist of a complete inspection and thorough review of the system scheduled for Preventive Maintenance. The Contractor shall perform the necessary preventive maintenance as recommended by the manufacturer of the equipment and shall incorporate as a minimum checks and functions into their work schedule. The Contractor shall provide the Government with a summary of the tasks completed upon completion of each scheduled Preventive Maintenance services. The following list of preventive maintenance tasks are to be completed but not limited to: Temperature Control Devices, Control Valves, Mixing Boxes and Variable Air Volume Terminal, Relays, Air Compressors, Dampers, Refrigeration Compressors, Expansion Valves, Evaporators, Air handlers and exhaust fans, Electric Motors, Chillers, Condensing Units, Replace air driers, solenoids, and desiccants, Pneumatic controls, Variable Speed/Variable Frequency Drives and Unit Ventilators/fan coil units. The responses shall include, but not be limited to: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; An executive summary of the party's experience and capabilities to meet the required services. Firms/companies are invited to indicate their interests by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and any available GSA or other Federal Supply Schedule contract vehicles. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed NAICs. This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. All data should be sent at no cost to the US Government NO LATER THAN June 17, 2015 to the US Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Margaret Stroynowski, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: malgorzata.stroynowski.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79117b3ed78aaa1440bea7aab30eb7f1)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 9 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03751634-W 20150605/150603234948-79117b3ed78aaa1440bea7aab30eb7f1 (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.