Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

J -- Preventive Maintenance of HVAC Equipment

Notice Date
9/7/2011
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-12-NE-0010
 
Archive Date
9/30/2011
 
Point of Contact
Paula C McMillan, Phone: 202-307-7810
 
E-Mail Address
paula.mcmillan@usdoj.gov
(paula.mcmillan@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
statement of WORK FOR HVAC SYSTEM Drug Enforcement Administration EL Paso Intelligence Center The Drug Enforcement Administration (DEA), Office of Acquisition & Relocation Management, Acquisition Management Section, hereby issues this Request for Quotation (RFQ). The RFQ number is D-12-NE-0010. The following is to be considered as part of the El Paso Intelli­gence Center's (EPIC) Statement of Work (SOW) and the resultant contract. The SOW covers all of the HVAC systems installed at EPIC and all associated equipment. EPIC is a 24/7 mission essential operation and the HVAC system is critical to the facility. This contract shall include the following for Preventive Mainte­nance (PM). All items shall be inspected and PM performed as per the manufacturer's recommendations and this SOW. EPIC may request emergency or corrective maintenance resulting from normal usage as deemed necessary. The contractor will be held responsible for all new work including costs of parts, materials and labor for repairs of $1,000 or less. When repair exceeds $1,000 contractor will be responsible for labor costs ONLY. Emergency response time is two hours, 24-hours a day. The Contractor shall provide PM and inspec­tions of the following list of equipment for the period of October 1, 2011 through September 30, 2012. Services shall be performed during the last week of each month. Services shall include all materials, labor, and parts. A. LOCATION OF EQUIPMENT: Inspections, maintenance, repair work, and new work performance will be accomplished at the two following locations: DEA/El Paso Intelligence Center El Paso, Texas 79908-8098 Building 3693 Ft. Bliss, Texas B. DESCRIPTION OF EQUIPMENT AND SERVICES TO BE PROVIDED: •1. EQUIPMENT : BASEMENT (AREA 6): CRAC 1 Liebert DS Emerson VS105ASAOE1706A CRAC 2 Liebert DS Emerson VS105ASAOE1706A CRAC 3 Liebert DS Emerson VS105ASAOE1706A Condensor 6 Fan - on roof Emerson DCDF616-Y Condensor 6 Fan - on roof Emerson DCDF616-Y Condensor 6 Fan - on roof Emerson DCDF616-Y HPU-15 York 5-ton split system/3-phase VAV Single Duct Terminal Units (CRAC Area 6) Trane VCCF04 VAV Single Duct Terminal Units (CRAC Area 6) Trane VCCF04 VAV Single Duct Terminal Units (CRAC Area 6) Trane VCCF04 SECURE AREAS IN ROOMS 348, 349, 350, AND BASEMENT: AC350 (room 349) Liebert MM-24E 2-ton air cooled ceiling mounted horizontal unit. CU350 (roof) Liebert PFH027A 2-ton condensing unit. RTU-1 Roof top AC Unit Trane YHC102A4 Compressor/condenser, supply air, return/exhaust air, cooling coil, heating coil. ZD-1 & BD-1 Shutoff VAV boxes Trane VCCF AC-1 & AC-2 (basement) 10-ton air cooled upflow computer grade air conditioning unit with dual refrigeration circuits. CU-1 & CU-2 (roof) Air cooled condenser w/dual refrigeration circuits and four ¾ HP fan motors AC-3 (basement) 8-ton air cooled horizontal ceiling mounted computer grade air conditioned unit w/dual refrigeration circuits. CU-3 (roof) Prop fan air cooled condensing unit w/dual refrigeration circuits. XDC-1 (basement) Extreme density 46-ton coolant chiller unit for cooling of refrigerant to associated Extreme Density rack modules XDH-1, XDH-2, XDH-3, XDH-4, XDH-5, XDH-6 (basement) Extreme density 6.3-ton horizontal coolant row cooling modules. CU-4 & CU-5 (roof) Air cooled condensers w/single refrigeration circuits and six ¾ HP fan motors. MAIN BUILDING: AC-1 Air Handler w/VFD Trane TSCB UTSC 40 UL AC-2 Air Handler w/VFD Trane TSCB UTSC 21 UL AC-3 Air Handler w/VFD Trane TSCB UTSC 50 UL AC-4 3-10 Ton R410 Pkgd Unitary Gas/Electric Rooftop Trane YSC120E4RHA-D2B0A20000A0 AC-5 Air Handler w/VFD Trane TSCB UTSC 25 UL AC-6 3-10 Ton R410A Pkgd Unitary Cooling Rooftop Trane TSC0920E4R0A-D1B0A20000A0 AC-7 Air Handler w/VFD Carrier 39T6YMAAA15692-AA AC-8 Air Handler w/VFD Carrier 397614AAA15692-AA AC-10 Split ACCU Trane Trane/4TTA3060A3 AC-11 3-10 Ton R410 Pkgd Unitary Gas/Electric Rooftop Trane YHC060E4RHA-D2B0A20000A0 AC-12 Gas/DX RTU Trane Trane/YHC048 AC-13 Gas/DX RTU Trane Trane/YHC048 AC-14 3-10 Ton R410A Pkgd Unitary Gas/Electric Trane YHC060E3RHA-D2B0A20000A0 Heat Transfer Unit ( 2 Boilers) Tigerflow Series WHS-9000-GLY-VFD-PEC DWH-7-1/2TA-A-C-B2-1/2-GLY-VFD-PEC Glycol Feed Package (One system at each chiller) Massey Johnson GS-50-2E1-3/BC Chiller #1 Carrier Aqua Snap Air-Cooled Scrol Chiller Model 30RD080 Chiller #2 Carrier Aqua Snap Air-Cooled Scrol Chiller Model 30RD080 Chiller #3 Carrier Aqua Snap Air-Cooled Scrol Chiller Model 30RD080 VAV Single Duct Terminal Units (Rm 423-426) Trane VCEF04 VAV Single Duct Terminal Units (Rm 427-429) Trane VCEF04 VAV Single Duct Terminal Units (Rm 430-432) Trane VCEF04 VAV Single Duct Terminal Units (Rm 433-435) Trane VCEF04 EXTERIOR REMOTE BUILDINGS: AC Guard House Multitherm T Bar Unit, ACGD-1 South Guard Station & Remote Mailroom 12,000 BTU Window Units Main Gate Guard Station & Perimeter Road Guard Booth 5,120 BTU Units Building 3693 Manmuit Combination Heating & Cooling Unit 2. All Components/parts to the above units will be inspected for wear and tear and will be repaired/replaced as per "Installation, Operating and Maintenance Manuals". Preventive Maintenance and Inspections are to include the following and not limited to these only for each unit: a. Check units for of leaks. b. Check and calibrate safety controls. c. Check and tighten electrical connections, contractors, relays, and operating safety controls that may be loose, check voltage to controlled devices. d. Check starter, tighten all terminals and check contacts for wear. e. Lubricate motor and fan bearings per manufacturer's specifications if required. f. Check belts for tension and sheaves. g. Check damper operation, lubricate, adjust damp­ers, and linkage as required. h. Check motor operating conditions. i. Check all external interlocks. j. Check oil level for all compressors and correct level is required. k. Check and clean coils and perform necessary steps to remove any blockage. l. Check and clean drain pans and drains. m. Check operation of control circuits and make necessary adjustments if required. n. Check operation and calibration of gas train components if required. o. Check burner operation requirements when necessary. p. Check and clean combustion blower if required. q. Check and clean the heat exchange if required. r. Check and calibrate operating-safety controls. s. Check burner elements and make necessary adjustments. t. Tighten all nuts, washers, bolts, screws, and replace if needed. u. Check and calibrate all controls and solid-state frequency drives for each unit. v. Check all emersion and outdoor elements. w. Check primary and secondary transformer voltages. x. Check, calibrate, or repair all auxiliary devices as required for proper operation. y. Clean or wash all equipment/parts for all units to remove dirt and excessive grease/oil. •3. WATER AND REFRIGERANT PIPES - Maintenance, leak repair, and replacement of insulation when necessary will be performed monthly. 4. FILTERS - All disposable Air Handler filters will be checked and replaced with two-inch Extended Surface Pleated Filters. Filters will be changed every month. Used filters will be removed from premises by contractor. 5. VARIABLE AIR VOLUME UNITS (33 Each): Filters will be changed quarterly. Sizes as follows: 14X20 = 24; 16x25 = 8; 20x25 = 1 •a. Record and report abnormal conditions, measurements taken, etc. b. Review with customer for operational problems and trends. c. Verify proper air valve operation. d. Check and adjust velocity control, if applicable. e. Verify VAV Box sequence of operation. f. Check and adjust all related controls. 6. HOT WATER HEATERS: a. AA.O. SMITH, Model BT 100-230, 100 Gals, Main Building, room 454. b. AMERI-GLAS, Model EFR 320-LT, 32 gals, Bldg 3693. c. STATE, Model PRV-65-NRRT-5, 50 gals, room 110. d. Main Guard Station bathroom. 1. Check all gas valves and pipes for leaks. 2. Check boiler re-circulating pump for proper equipment operation. 3. Units to be drained and flushed two times a year. 7. HALSEY TAYLOR DRINKING FOUNTAINS: Model RC-8A2 (approximately 9 each). a. Check and tighten all electrical connections and operating safety controls. b. Lubricate motor and fan bearings as per manufacturer's specifications. c. Check motor operating conditions. d. Check evaporation/chiller water system for proper operation. e. Check refrigeration system for proper operation. f. Tighten all loose items from cabinet, access panel on frame, replacing all missing items including nuts, washers, bolts, screws, etc. 8. TEMPERATURE CONTROLS (approximately 150 each): a. All components will be inspected for wear and tear and repaired or replaced in accordance with Operating and Maintenance manuals. b. Control units will be adjusted or calibrated as required for proper operation. 9. EXHAUST FANS (approximately 25 Each). Check for proper operation as per manufacturer's maintenance and repair manuals. 10. METASYS BUILDING AUTOMATION SYSTEM SERVER. The BAS provides continuous monitoring of the entire HVAC system from the EPIC Facilities Section and will be maintained by the contractor. 11. GLYCOL FEEDER UNITS. One unit located at each chiller on the roof with enclosed sheet metal housing. Feeder units and housing will be maintained and Glycol refilled during the monthly PM service as required. C. Prepare complete report after every site visit for Facilities Office, reporting all deficiencies, repairs, and recommendations for correction. C. SITE VISIT A site visit will be conducted by the Government before the date for submittal of a quotation to accomplish this project. The site visit is scheduled for Monday, September 12, 2011 at 9:00am. Please be prepared to provide the following information: driver's license, automobile insurance, vehicle registration, company name, address, telephone number and email address. Please contact Grace Martinez at (915) 760-2037 or George Godinez at (915) 760-2137 for further instructions. D. SECURITY REQUIREMENTS The Contractor shall be required to provide a list of all contract personnel requiring access to EPIC. The list of contract personnel shall include the following Personnel Identification Information (PII); full name to include nicknames/AKAs, SSN, DOB, current address/residency, and POB. The PII will be used to conduct a security review for all contract personnel requiring access to EPIC. DEA is the final authority on granting access or denying access to EPIC. All Contractor labor personnel participating in this project shall be U.S. citizens (native born or naturalized). All personnel shall be required to complete an SF-85 form prior to commencing work. This means that workers will not be able to physically work until EPIC security has approved or disapproved their SF-85. It is imperative that the completed SF-85 be in this office at least 1-2 weeks prior to the start date of the contract. All contract personnel shall be escorted at all times. Access to classified information, DEA IT systems, or Open Storage Areas are not authorized. E. QUOTATION In accordance with Simplified Acquisition Procedures, the DEA intends to issue a purchase order as described in the Federal Acquisition Regulation, FAR Part 13. The NAICS code is 238220 and the size standard is $14 Million Dollars. Wage Determination 2005-2511, Rev. 15, dated 06/13/11 is applicable to this solicitation. Evaluation of quotations will be based on Technical Capability and Price. The delivery requirement is all or none. Any questions regarding this RFQ must be addressed to Paula McMillan, in writing at paula.mcmillan@usdoj.gov by September 13, 2011. Quotes shall be submitted electronically to paula.mcmillan@usdoj.gov by September 19, 2011 at 2:00pm, EST. The Government anticipates award of a single firm fixed price purchase order. Contract Line Item Number (CLIN) 0001: Description: Preventive Maintenance and Inspection Services of HVAC Equipment ; Quantity 12 ; Unit: Month ; Unit Price $_________; Total Amount: $___________. All interested sources shall submit a quotation which will be considered if timely received. The Government may reject all offers received in response to this solicitation, if doing so is in the best interest of the Government. This solicitation does not commit the Government to pay any costs incurred in the submission of a proposal. No telephone or fax requests will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-12-NE-0010/listing.html)
 
Place of Performance
Address: El Paso, Texas, United States
 
Record
SN02565884-W 20110909/110907235958-29ee48034122d35624aa76d5d27a5393 (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 |
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.