Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2019 SAM #6572
SOLICITATION NOTICE

W -- 30-35 Ton Chill Water Unit Rental

Notice Date
11/25/2019 12:44:19 PM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
BASE PORTSMOUTH(00027) PORTSMOUTH VA 23704 USA
 
ZIP Code
23704
 
Solicitation Number
70Z0820PAC076
 
Response Due
11/29/2019 9:00:00 AM
 
Archive Date
12/14/2019
 
Point of Contact
Anthony Lore, Phone: 252-240-8475
 
E-Mail Address
Anthony.i.lore@uscg.mil
(Anthony.i.lore@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to provide and install a temporary cooling chill water unit for the Administrative Building furnished under a monthly rental contract as per the Scope of Work in section 3 at USCG SFO Fort Macon: 2301 E. Fort Macon Rd. Atlantic Beach, NC. 28512.2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the contractor shall commence work no later than 7 days after notice to proceed and work diligently to complete the entire work and have equipment ready for use by 14 working days after contract has been awarded. Deviations from this timeline due to materials must be documented in the estimate. SCOPE OF WORK: The Offeror shall: 3.1: Provide a trailer mounted air-cooled chiller unit that is capable of providing 30-35 tons of cooling capacity. The existing chill water unit that this temporary chill water unit is replacing meets the following specification: Carrier M# 30RAP0355FA07F04, S# 2811042756. 3.2: Connect the electrical service into the electrical disconnect that feeds the existing chill water unit. (Note: Coast Guard personnel have already disconnected the electrical service to existing chill water unit). Electrical requirement: 208 VAC, 3 phase, 60 Hz. The unit is being fed electrically by a 250A Breaker and disconnect. 3.3: Connect the temporary chiller chill water lines into the existing chill water lines being fed to and from the existing Carrier 30 ton chill water unit. (Note: The existing chill water lines have already been disconnected from the existing chill water unit). 3.3: Conduct any/all necessary start up procedures in order to make this chill water unit fully functional and supplying chill water to the mechanical systems inside the Administrative Building. 3.4: Rental contract will run until 31 December 2020 with option to extend if required. Unhooking/Breakdown of mechanical systems and removal from site shall be included in the cost of this contract. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Mr. Guy Brunell @ 252-240-8494 (O). 5. DESIGNATED CONTRACTING OFFICER’S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer’s QAE representative and Point of Contact for this project is Mr. Guy Brunell. Inquiries concerning any phase of the specification before or after award shall be made to the QAE. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer’s QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person, other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: None required. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the unit’s regular hours (0800-1600), he/she must submit their request in writing to the Contracting Officer’s QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer’s QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee’s full name, date and place of birth, current address and driver’s license number. The SFO Fort Macon Officer of the Day (OOD) will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor’s name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bda086df252e4916b31f7d821c9515a9/view)
 
Place of Performance
Address: 2500, NC 28512, USA
Zip Code: 28512
Country: USA
 
Record
SN05502852-F 20191127/191125230257 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.