SOLICITATION NOTICE
J -- MAINTENANCE AND REPAIR OF CENTRIFUGAL CHILLERS
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG05076821Q
- Response Due
- 8/18/2005
- Archive Date
- 8/5/2006
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as Request for Quotations (RFQ) for the following work: I.Scope The contractor shall provide services for inspection, maintenance, and repair of the chiller equipment listed in Appendix A, located at Goddard Space Flight Center in Greenbelt, Maryland. The contractor shall provide services for inspection, maintenance, and repair of the chiller plant instrumentation, as listed in Appendix B. The chillers operate 24 hours/day 365 days/year, and provide cooling to critical scientific and engineering activities at Goddard Space Flight Center. II. Requirements a. The Contractor shall furnish all labor, materials, equipment, tools, chemicals, and supervision for the services covered by this contract. Parts will be ordered by the contractor and billed separately. b. This service shall include the following scheduled inspection/maintenance visits for each chiller and associated equipment and controls. i. One comprehensive annual service, during non-cooling season (October through March). This annual service also includes tasks performed on a less frequent basis. These inspections are covered in Appendix D. ii. Two operational/maintenance inspections during cooling season, April and August. These inspections are covered in Appendix C. iii. The Government reserves the right to increase or decrease the number of inspections throughout the life of the contract. Should it become necessary to perform more frequent inspections, prior approval shall be obtained from the Contracting Officer?s Technical Representative (COTR). Should it be necessary to decrease the number of inspections, the COTR will notify the contractor. The contractor?s proposal should include itemized price for inspections, to allow adjustment in frequency. iv. Non-emergency visits shall be scheduled for normal working hours (Monday?Friday 6 am ? 6 pm). c. The Contractor shall provide service for emergency repairs when directed by the Contracting Officers Technical Representative (COTR). Contractor shall respond by phone within four hours after notification by COTR and shall provide on-site response time for emergency repairs within 24 hours. These emergency repairs will be billed at the contract hourly rate, plus parts. d. During the performance of inspection services, other repairs may be identified which require correction. The Contractor shall notify the COTR in writing when such repair work is necessary, and obtain approval before initiating repairs. These repairs will be billed at the contract hourly rate, plus parts. e. All work shall be scheduled with the COTR, subject to constraints required by critical users of chilled water. f. Contractor personnel will be issued temporary badges by the Government. In periods of heightened security alert, information for these badges may be required ahead of time, and the Contractor shall be subject to additional security checking as required by the Government. g. Contractor personnel shall sign in on arrival at the plant, and notify the plant supervisor or COTR of his presence and which work is to be performed. h. All work shall be done in accordance with manufacturers? recommendations, using parts and materials approved by the manufacturer. i. Contractor shall meet all Federal EPA and OSHA guidelines in the proper handling and disposal of refrigerants, oils, and associated parts and materials. j. Contractor technical personnel shall be factory-trained, and have Universal Refrigerant Certification. k. Contractor shall provide the Government with detailed written service reports after each visit. Reports shall contain at a minimum: anomalies in existing conditions; all minor repairs, adjustments, and other actions by the contractor; as-found and as-calibrated values for all calibration points; any problems requiring further action. l. Upon completion of each visit for services the Contractor shall clean and remove from the work site all debris, materials, equipment, oil and oil containers associated with the work performed. m. The Government will provide the crane and a crane operator, in Building 31 and Building 24 South Chiller Room. The contractor shall provide required rigging equipment more than basic straps and chains. III. Government Provided Services, Material, and Property a. The Government will provide water, electricity, compressed air for the use of the contractor. b. The Government will provide crane operator and use of the overhead cranes in Building 31 and Building 24. c. The Government Reliability Centered Maintenance team will provide vibration analysis, infrared scanning, borescope inspection, oil analysis, and laser alignment services, as needed. Written reports will be provided to the contractor. d. The Government will clean the condenser and evaporator tubes. e. The Government will calibrate and maintain the local pressure and temperature gauges not associated with the chillers. IV. Form of Proposal a) Fixed price for scope of work, as described in this Statement of Work. Parts will be billed separately, and include 10% markup for contractor. b) Per-inspection price, to add or subtract inspections. c) Price for emergency response (hourly rate and minimum). Parts will be billed separately, and include 10% markup for contractor. d) Price for major repair (hourly rate). Parts will be billed separately, and include 10% markup for contractor. The NAICS Code for this procurement is 811310. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Goddard Space Flight Center (NASA/GSFC) is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:00pm EST on August 18, 2005 to NASA/Goddard Space Flight Center, Attn: Russellyn Rogers, Code 210.I, Greenbelt, Maryland 20771 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Russellyn Rogers not later than 4:00pm EST on August 15, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#116933)
- Record
- SN00863832-W 20050807/050805212900 (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 |