SOLICITATION NOTICE
S -- Johnson Control Metasys HVAC Service Agreement
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-82FT-S-07-0022
- Response Due
- 9/19/2007
- Archive Date
- 10/4/2007
- Description
- Submit all quotes/bids electronically to mwright@fs.fed.us. Telephone inquiries WILL NOT BE ENTERTAINED. This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a separate written request for quotation will not be issued. The solicitation number is AG-82FT-S-07-0022 and the solicitation is issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 561210. The Government intends to award a Firm-Fixed Price Contract to support the Heating Ventilation and Air Conditioning (HVAC) system associated with the Missoula Fire Sciences Laboratory Complex (Fire Lab). Services shall include the maintenance, repair and support of the control systems, the HVAC systems (including the boilers), the environmental HVAC systems for the combustion research apparatus and an annual facility inspection. The RMRS is located at 5775 U.S. Highway 10 West, Missoula, MT 59808. There are seven buildings: the main building is a two story, 30,140 square foot facility consisting of offices, laboratories and fire behavioral chambers. A 9,500 square foot warehouse and five detached one story buildings totaling approximately 7, 500 square feet. Three of the detached buildings are leased modular units. The main building is heated with two steam boilers, air handling units and radiators. It is air conditioned with one electric reciprocating chiller and air handling units. The warehouse is heated by electric space heaters suspended from the ceiling and the office and shops in the warehouse are heated and cooled by gas furnaces and electric DX air conditioners. The remaining five modular type buildings are heated and air conditioned by self contained heat pumps. A Johnson Controls Metasys system controls the environmental HVAC systems for the fire behavioral chambers. Johnson pneumatic controls are used to control the HVAC system for all other areas of the main building. Please send e-mail request for complete package. Awards may not necessarily be made to the quoter submitting the lowest quote. Also, award may not necessarily be made for technical capabilities that appear to exceed those needed for successful performance of the work. Proposals should be submitted based on the most favorable terms quoter can make to the Government. The Government reserves the right to reject any or all proposels or to make award without conducting discussions for the purpose of this Request for Proposal initiated where the Government requests additional information supplementing or clarifying a quote without materially changing it. Past performance evaluation will include customer satisfaction, quality of services and timeliness. Quoter must demonstrate performance of similar type, scope, and magnitude to that detailed in this RFP in the past three years. Documentation shall include contract numbers, current point of contact, telephone number, e-mail address if available, fax number, description and value of the work. Quoter is responsible to make their best attempt to assure that past performance information is current so verification can occur. Information containing contact names no longer at the location provided, disconnected or changed phone numbers, or any other inaccurate information that hinders verifying past performance information runs the risk of the information not being considered. See Section M of the solicitation for evaluation factors. This contract will include a base year and possibility of four one-year options. There will be no future synopsis in the event the options included in the contract are exercised. No new work can be issued after one year following award of initial contract unless an option year is exercised. Offerors must also be registered in the Central Contractor Registration (CCR) database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. FAR 52.237-1 -- Site Visit Offerors or quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Date and Time: Names of attendees must be submitted to johnhoward@fs.fed.us and he will provide time/date. Questions due: COB September 14, 2007 Final Proposals due: Noon September 19, 2007 (Mountain Time) to mwright@fs.fed.us.
- Record
- SN01396705-W 20070908/070906220450 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |