Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2003 FBO #0514
SOLICITATION NOTICE

41 -- AIR HANDLERS - REMOVE AND INSTALL at DECC Det Warner Robins

Notice Date
4/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
DMCUMT03MPX0022
 
Archive Date
5/15/2003
 
Point of Contact
Linda Fingerhut, Contracting Officer, Phone 618-229-9496, Fax 618-229-9177, - Linda Fingerhut, Contracting Officer, Phone 618-229-9496, Fax 618-229-9177,
 
E-Mail Address
finger1l@scott.disa.mil, finger1l@scott.disa.mil
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) DMCUMT03MPX0022. This solicitation is a Request for Quote (iii) This RFQ is issued for the removal of eleven (11) existing Air Handling units and the installation of five (5) Government furnished units in accordance with Statement of Work (SOW) included herein. NAICS Code 235110-Plumbing, Heating and Air-Conditioning Contractors. (iv) Provide a price for the following services required by the SOW in para (v) below: CLIN 0001- Remove 11 old air handlers and install 5 new air handlers at DISA Warner Robins, Georgia IAW SOW. (v) SOW: Remove eleven (11) existing Air Handling units and install five (5) Government furnished units. Required delivery date is 23 May 2003. (a) The contractor shall provide all plant, labor, materials, tools, equipment, services and supervision required to: Remove eleven (11) existing air-handling units and relocate to storage area assigned by Facility Manager. (b) Install five (5) Government furnished air-handling units at the locations where air handlers 11,26,24,19 and 4 were removed. All units to be installed to manufacture recommendation. Model numbers of units to be installed are Liebert FH422C and FH376C. Purchase contractor (Joe Powell Inc.) as to validate warranty will perform factory startup. (c) Provide all new ball valves, piping, couplings and insulation for hot and chilled water supply and return lines. Provide new piping, coupling and insulation for all drain lines. All copper lines with sil-fosed connections are required. Piping configuration should be in accordance with Figure 1 for all lines installed. (d) Disconnect, install ball valve and cap all hot and chilled water lines for units not being replaced. Cap drain lines at locations where air handlers are not to be replaced. (e) Project location is an extremely clean environment (computer room with raised floor). All project work requires very clean work habits and work accomplished using a wet/dry vacuum machine. (f) The contractor shall remove all old air handling units from the project site prior to end of project. (g) Contractor shall complete project within fifteen (15) working days from start of project. (h) Contractor is responsible for obtaining "Burn Permit" for the computer room and SMC area, from Base Fire Department, prior to beginning work. (2) Availability of the site: (a) The project area will be available for contract work between 8:00am - 4:00pm Monday through Friday (Government holidays excepted) for scheduled work. If contractor wishes to perform work at times other than those stated for the workday, or on Sunday, he shall include the number of hours, starting times, dates of proposed work. Contractor personnel shall begin during the requested times only on approval of such request by Facility Point-of-Contact. (b) Utility outages (for hot water and chilled water, as well as electrical power) shall be scheduled at the convenience of the Government. Air handler replacement requires utility outages incurring equipment downtime. All work shall be completed within the allowed downtime and ready to be energized on schedule. The Government shall select downtime hours. The contractor will receive notification of any change a minimum of three (3) days in advance. (3) Security: Building 228 is a controlled area. Contractor shall provide a list of all technicians to perform work and their social security number. Initial entry to the work areas will be gained by contacting Ms Ginny Simmons, Security Manager, Phone: (478) 926-8029, Fax: (478) 926-7675. Daily entry to the work areas will be from the south side of building 228 by contacting the points of contact listed in the paragraph below. The contractor will be responsible for obtaining Robins AFB vehicle pass prior to beginning work. (4) Continuity: All tools, labor, and materials required to complete any items of work within a given work area or requiring an outage of any building utility or system, shall be available at the site prior to commencement thereof. Once work has commenced on an item of work, said work shall be continuously and diligently performed to completion and acceptance. (5) Safety: Contractor shall conform to all applicable safety standards published in the Federal Register or any other National Consensus Standard adopted by the Security of Labor in compliance with the Occupational Safety and Health Act, OSHA, Public Law 91-956. (6) Cleanup: All refuse, scrap, and waste generated in the performance of this contract shall be disposed of by the Contractor at the end of each workday, in accordance with para 7, "Disposal". The Contractor shall perform cleanup duties after each visit to the site. (7) Disposal: The contractor shall remove all refuse, scrap, and waste materials from the project site. Under the terms of this contract, waste shall be removed from the base and disposed of by the contractor in conformance with local, state and federal regulations. (8) Contractor liability for damage: The contractor shall be liable for any damage to the building systems resulting from improper installation, negligence, or inexperienced technicians. (9) Facility Point of Contact: Bill Hudson, Phone: (478) 926-8091, Beeper: (478) 761-5002, Fax: (478) 926-1347. End of SOW. (vi) FAR 52.212-1 applies to this acquisition. 52.212-1(b)(4): Offeror's shall submit existing product literature in lieu of unique written proposals. FAR 52.212-2 shall not apply to this acquisition. Award shall be made based on lowest price. Proposals shall include a completed copy of provisions at FAR 52.212-3 and must indicate the ability to accept the Government Purchase Card as a method of payment. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 Dev applies to this acquisition: The following additional FAR clauses apply to this acquisition: 52.209-6, 52.219-6, 52.253-1, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.233-3, 52.252-2 (access to clauses can be made via www.farsite.hill.af.mil), and FAR 252-6 (DFARS #2 and Chapter 2). The following DFARS clauses apply to this acquisition: 252.204-7003, 252.212-7001 DEV, 252.225-7001, 252.225-7002, and 52.239-9209. (vii) The contract type shall be a firm fixed price. (viii) Electronic offer is due 30 Apr 2003, 2:00 PM, CT, to: FINGER1L@scott.disa.mil.
 
Place of Performance
Address: DECC DETACHMENT WARNER ROBINS, 205 PERRY STREET, BLDG 228, WARNER ROBINS, GEORGIA
Zip Code: 31098
Country: United States
 
Record
SN00312082-W 20030427/030425213108 (fbodaily.com)
 
Source
FedBizOpps.gov 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.