SOLICITATION NOTICE
J -- CHILLER PLANT AND REFRIGERATION PLANT SERVICE
- Notice Date
- 6/12/2024 10:12:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04024Q60546Y00
- Response Due
- 6/27/2024 6:00:00 AM
- Archive Date
- 07/12/2024
- Point of Contact
- ERICA GIBBS, Phone: 206-815-5371
- E-Mail Address
-
ERICA.L.GIBBS@USCG.MIL
(ERICA.L.GIBBS@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number�2124404Y6173J99008 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First. Basis for Award:�This�solicitation is based on FAR 13 � Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation.� Past performance will only be reviewed for �responsibility� basis per FAR 9.1.�There are no adjectival ratings nor will award be based on a best value tradeoff basis.�All quote�s will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost. All quotes shall be emailed to Erica Gibbs via Erica.L.Gibbs@uscg.mil and shall be received no later than June 27,2024 at 9:00 AM (Eastern). All emailed quotes shall have 2124404Y6173J99008 in the subject of the email. ITEM 0001 � DETAILED SURVEY AND INSPECT; WORK ITEM #1 A/C CHILLER PLANT Work Item #1 (Line #1) 3.2 AC System Survey & Inspect. ** SPECIFICATION FOR THE 270 B-CLASS A/C CHILLER PLANTS CARRIER TRANSICOLD MODEL 90RMC050-D-610 R-134A SEAWATER COOLED CHILLER 50 TONS (175.8 kW) NOMINAL COOLING CAPACITY 3.2 AC System Survey & Inspect: The Awarded Contractor must visually inspect both AC units Located in the JP5 Space of 270' Spencer to include all major components (Condensing Units, Compressors, Receiver [Circuit 1 and 2], Accumulator, High- and Low-Pressure Switches, Oil Safety Switches, Compressor contactors and Circuit Breakers, Cooling Fan Motors, Solenoid Valves, Condenser Water Flow Switches, PLC Equipment. Submit a BID. PART_NBR: SURVEY Period of Performance: 08/01/2024 � 09/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ ITEM 0002 � SERVICE AND GROOM; WORK ITEM #1 A/C CHILLER PLANT Work Item #1 (Line #2) 3.3-3.4 AC System Servicing and Grooming ** SPECIFICATION FOR THE 270 B-CLASS A/C CHILLER PLANTS CARRIER TRANSICOLD MODEL 90RMC050-D-610 R-134A SEAWATER COOLED CHILLER 50 TONS (175.8 kW) NOMINAL COOLING CAPACITY 3.3 AC System Servicing. The Awarded Contractor must service both AC units in accordance with Coast Guard Drawing 905 WEMC 514-019 and Tech Pub 3910B (pages 56-62). Servicing of both AC units must include, but may not be limited to, changing the unit filters and oil. 3.4 AC System Groom. The Awarded Contractor must thoroughly groom both AC units using TP 3910B as needed. PART_NBR: SERVICE AND GROOM; Period of Performance: 08/01/2024 � 09/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ ITEM 0003 � MATERIALS AND ADD. FINDINGS; WORK ITEM #1 AC CHILLER PLANT Work Item #1 (Line #3) Materials and Additional Findings Please Submit Time and Materials Breakdown to include final cost on supplies and labor to meet operational status. PART_NBR: MATERIALS & ADDITIONAL FINDINGS Period of Performance: 08/01/2024 � 09/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ ITEM 0004 � DETAILED SURVEY AND INSPECT; WORK ITEM #2 REFRIGERATION PLANT Work Item #2 (Line #4) 3.2 Refrigeration System Survey & Inspect. ** SPECIFICATION FOR THE 270 B-CLASS REFRIGERATION PLANT Type 2 R-134A Low Temperature Refrigeration Plant 1.76 Tons (6.2 Kw)/Unit - 0.88 Tons (3.1 Kw) per Refrigerant Circuit - Nominal Cooling Capacity W/ Field-Supplied Unit Coolers 3.2 Reefer System Survey & Inspect. The Awarded Contractor must visually inspect both reefer units to include all major components (Condensing Units, Compressors, Receiver [Circuit 1 and 2], Accumulator, High- and Low-Pressure Switches, Oil Safety Switches, Compressor contactors and Circuit Breakers, Cooling Fan Motors, Solenoid Valves, Condenser Water Flow Switches, PLC Equipment. Submit a BID. PART_NBR: SURVEY Period of Performance: 08/01/2024 � 12/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ ITEM 0005 � SERVICE AND GROOM; WORK ITEM #2 REFRIGERATION PLANT Work Item #2 (Line #5) 3.3-3.4 Reefer System Servicing and Grooming ** SPECIFICATION FOR THE 270 B-CLASS REFRIGERATION PLANT Type 2 R-134A Low Temperature Refrigeration Plant 1.76 Tons (6.2 Kw)/Unit - 0.88 Tons (3.1 Kw) per Refrigerant Circuit - Nominal Cooling Capacity W/ Field-Supplied Unit Coolers 3.3 Reefer System Servicing. The Awarded Contractor must service both reefer units in accordance with Coast Guard Drawing 905 WMEC 516-022 and Tech Pub 4911. Servicing of both reefer units must include, but may not be limited to, changing the unit filters and oil, replenishing refrigerant as well as the components above mentioned under 3.3. Submit a CFR. 3.4 Reefer System Groom. The Awarded Contractor must thoroughly groom both AC units using TP 4911 as needed. PART_NBR: SERVICE & GROOM Period of Performance: 08/01/2024 � 12/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ ITEM 0006 � MATERIALS AND ADD. FINDINGS; WORK ITEM #2 REFRIGERATION PLANT Work Item #2 (Line #6) Materials and Additional Findings; Please Submit Time and Materials Breakdown to include final cost on supplies and labor to meet operational status. PART_NBR: MATERIALS & AD Period of Performance: 08/01/2024 � 12/01/2024; Final Period of Performance to be Determined by CG Yard POC PRICING:�� 1 JOB� $__________________ Place of Performance: �������������� U.S. COAST GUARD YARD �������������� ATTN: KEITH HARE �������������� 2401 HAWKINS POINT ROAD �������������� BALTIMORE, MD 21226 Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/671a9d3a051246b7b9d2b1a6174cdef5/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07094549-F 20240614/240612230112 (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 |