Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2021 SAM #7147
SOURCES SOUGHT

Z -- HVAC Maintenance for USDA-ARS-PWA Adams, OR

Notice Date
6/24/2021 2:22:39 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B21SS0006
 
Response Due
7/1/2021 1:00:00 PM
 
Archive Date
07/02/2021
 
Point of Contact
Lam Pham
 
E-Mail Address
lam.pham@usda.gov
(lam.pham@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA-certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is not a solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not Award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. �After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Requirements: The USDA-ARS-PWA located at 48037 Tubbs Ranch Road, Adams, OR 97810 has issued this sources sought announcement in order to determine if there are existing businesses sources capable of providing the following: 1. CONTRACTOR SERVICES: �The maintenance services shall extend for a period of one (1) year commencing after notice to proceed from Government, and shall include all labor, materials, and equipment necessary to service the HVAC systems and Allerton Building Management Controls of all buildings.� All costs for the scheduled periodic maintenance shall be borne by the Contractor.� The Contractor shall verify all dimensions, quantities, and equipment specifications prior to submitting bid.� Any discrepancies found shall be submitted in writing to the Contracting Officer. All services performed by the Contractor shall include applicable items listed but shall not be limited to the following maintenance tasks: A. Air Handling Units: AHU-1, AHU-2 & AHU-3 Bi-Annual Service (1) Supply and replace all air filters and dispose of used filters. (2) Clean fresh air intake grilles and dampers and repair or replace deteriorated bird screens. (3) Adjust alignment of bearings and sheaves; lubricate fan and motor bearings. Report worn or noisy bearings or sheaves. Submit cost proposal for repair work. (4) Replace all drive belts. (5) Clean cooling coils of dirt accumulation using water. (6) Check pressure and temperature differential across cooling coils and log readings. Clean strainers, check vents and drains on all chilled water coils. (7) Operate equipment to check for proper operation, unusual noise and vibration; adjust all equipment and controls as required; clean up all equipment. (8) Secure all loose housing, seal leaks. B. Chiller: Chiller 1, Chiller 2 Bi-Annual Service (1) Check and record entering and leaving water temperatures and pressures of chiller in ""maintenance logbook"". (2) Check and record refrigerant compressor suction and discharge and oil pressures. (3) Check operation of freeze stat and oil failure switch, record settings. (4) Test compressor crankcase oil and replace if contaminated or submit oil test results; clean or replace strainer and oil filter. Cost and disposal of oil shall be by Contractor. (5) Clean cooling coils of dirt accumulation using water. (6) Visually check for water, refrigerant and oil leakage; report problems as required. Check vibration isolator mounts. (7) Test & adjust ""make-up"" water and expansion tank. (8) Test operating control switches, compressor unloading and safeties; calibrate and record settings. Adjust as required. (9) Check compressor and motor bearings for abnormal temperature and unusual noise; lubricate as required. C. Diesel Boilers: Boiler 1, Boiler 2 Bi-Annual Service (1)������ Run Combustion Analysis one time annually. (2)������ Replace oil filters and burner nozzles and discard used parts. (3) Clean combustion chamber. (4) Brush cast iron flue sections free of soot. (5) Reinstall all guards and shield. (6) Test run and adjust for highest efficiency. D. Propane Boilers: Boiler 3, Boiler 4 Bi-Annual Service (3)������ Run Combustion Analysis one time annually. (4)������ Remove flame sensor and check condition. Replace if needed. (3) Remove pilot assembly clean and check condition. Replace if needed. (5) Reinstall all guards and shield. (6) Test run and adjust for highest efficiency. E. Exhaust Fans & Fume Hoods: Fume Hood 1, Fume Hood 2, EF-1 Bi-Annual Service (1) Lubricate fan motors and bearings. (2) Replace belt and check tension; adjust as needed. (3) Check sheaves for wear, replace as needed. (4) Check fan collar, bearings and shaft for wear, repair or replace as needed. (5) Check and clean all fan wheels and housings of dust, dirt, and grease. F. Pumps: Chilled Water (CWP-1, CWP-2) ������������������� Hot Water (HWP-1, HWP-2, HWP-3, HWP-4, HWP-5, HWP-6) Bi-annual Service (1) Lubricate and check pump and motor bearings for abnormal temperature and unusual noise or vibration. Report and submit cost proposal for any repairs that are needed. (2) Check motor coupling for alignment; mounting bolts are secure. (3) Check and blow down strainer to pumps. Remove and clean strainer if excessive debris is noted. (4) Check packing glands and seals for excessive leakage. Adjust and/or tighten as required. (5) Check operation and set points on packaged pumping unit. Verify proper settings and operation of variable speed drive. (6) Check condition of insulation, reinsulate as necessary. G. Hydronic Pipe, Valves, Equipment and Supports: Bi-annual Service (1) The Contractor shall exercise all equipment shut off valves annually for proper operation and tightness (2) Inspect hot and chilled water hydronic pipe, valves and supports for noticeable leaks or defects. H. Split A/C and Mini Split Units: Bi-annual Service (1) Clean cooling coils of dirt accumulation using water. (3) Replace all air filters.������������������������������������������������������������������������������������������ ����������������������� (4) Operate equipment to check for proper operation, unusual noise, and vibration; adjust all equipment and controls as required; clean up all equipment. I. Building Management Controls: Allerton Controls Bi-annual Service (1)������ Perform a Trend Log Review of the Building Management Controls program to look for anomalies and for energy efficiencies. (2)������ Physically inspect controls equipment that was detected as an anomaly in the Trend Log Review. Adjust, repair, or replace as needed. (3)������ Look for devices that are offline in the review. Inspect, repair, or replace as needed to bring back online. (4)������ Review setpoints and adjust back to design if needed. J. Bi- Annual Service Reports: Bi-annual Service (1)������ Certify performance of all bi-annual maintenance service performed in USDA-ARS Pendleton Location Logbook located in mechanical room of Main Building 001. (2)������ Report all discrepancies USDA Facilities Manager. (3)������ Report any recommended preventive maintenance/repair work and submit cost proposal to USDA Facilities Manager. 2. WORK SCHEDULE: A. All maintenance work shall be performed between the hours of 7:30 a.m. and 4:00 p.m., on normal working days, Monday through Friday, excluding Federal holidays. B. The Contractor shall notify the Facility Manager or Administrative Officer of any need to shut down the HVAC system for repair or maintenance.� Notification shall be a minimum of one workday in advance of the shutdown. 3. TROUBLE CALLS: A. Emergency service and repairs required between regular service calls shall be rendered within 2 hours after the Contractor is notified, non-workdays included. B. The Contractor shall call the USDA Facilities Manager within 2 hours of being notified of the problem and report the status of repairs. 4. MAINTENANCE REPORT/CHECKLIST: A. The Contractor shall prepare and maintain a maintenance service report/checklist which shall include the following: (1) Date maintenance service was performed. (2) The name of the mechanic who performed said maintenance. (3) The type and cost (labor, materials, parts, and equipment) of repair work performed on the unit, if any. (4) Documents and other data pertaining to the maintenance performed. B. It will be the responsibility of the Contractor to maintain the report/checklist by recording the above noted data after each scheduled maintenance and emergency repair and have the checklist available for inspection at the building site. The report shall be sufficiently detailed to properly reflect the past maintenance history of the equipment. C. Reports/Checklists shall be prepared on contractor furnished standardized forms and certified by a representative of the facility being served. A copy of the report/checklist shall be submitted after each visit to the user's representative at the facility being served. 5. CLEANUP AND WORK PRACTICES: A. The Contractor shall keep the job site free of debris, litter, discarded parts, etc. and shall clean all oil drippings during the daily progress of work. Waste oil and chemicals shall be properly disposed of site at no cost to the Government.� Used air filters and large debris shall be taken off site for disposal.� The Contractor will be responsible for any disposal fees.� The Contractor shall remove all tools, parts, and equipment from the service areas upon completion of the work. B. The Contractor shall exercise caution during the progress of his maintenance and repair work to prevent damage to the ceilings, roofing, and other building structure. The Contractor shall restore all damages caused by his negligence to its original condition at his own expense. 6. REPAIR A. Contractor shall prepare a detailed report on the equipment or system failure to include; (1)� Detailed scope of the equipment failure. (2)� Cause of failure. (3)� Equipment replacement cost quote. (4)� Cost breakdown for labor, equipment, materials, and freight. (5)�� Estimated time for repair to be completed. (6)� Name of outside technical assistance provider if needed. Trane, Daikin etc. B.� User has the option to purchase equipment separately in which the contractor shall provide the following: (1)� Equipment Make, Model and Serial Numbers. (2)� Vendor (Source) contact information. (3) Cost. (4)� Prepare a separate quote for labor and materials. Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement Quotes or proposals will not be accepted.� Please provide statements regarding the company�s ability demonstrating expertise and experience in relation to the areas specified in this notice. Companies should also indicate their DUNS and whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. Responses are to be submitted by 07/01/2021 BY 1:00pm PT with the subject line �12905B21SS000 HVAC Maintenance for USDA-ARS-PWA Adams, OR� to the attention of Mr. Lam Pham at lam.pham@usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f4ac0d0b7d26440a9abb4f2faa249399/view)
 
Place of Performance
Address: Adams, OR 97810, USA
Zip Code: 97810
Country: USA
 
Record
SN06042499-F 20210626/210624230124 (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.