SOLICITATION NOTICE
J -- Air Handler Replacement - Remove ageing McQuay MSLI17D air handler and install of new at Bothell Washington FEMA MERS
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- RFQW459331Y
- Archive Date
- 10/6/2012
- Point of Contact
- Rafael Taylor, Phone: 5405422832
- E-Mail Address
-
rafael.taylor@dhs.gov
(rafael.taylor@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This 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; proposals are being requested and a written solicitation will not be issued. The solicitation number, RFQW45933Y is issued as a Request for Quote (RFQ), is for the purchase of Air Handler Replacement to remove ageing McQuay MSLI17D air handler, dispose of same and Replace with a McQuay MSLI17D air handler with new (same type) or similar unit that will fit in existing space and attach to existing floor mounts and other unit fittings at the Department of Homeland Security (DHS) MERS Detachment at Bothell. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-53. This RFP is being issued as a Small Business Set-aside. The NAICS code for this requirement is 238220, for which the Small Business Size Standard is $14.0 million. Only one award will result from this solicitation, via the issuance of firm-fixed-price contract. FOB Destination pricing is preferred. SPECIFIC TASKS: Successful contractor shall provide all services, equipment, and labor, and all other items required to remove ageing McQuay MSLI17D air handler, dispose of same and Replace with a McQuay MSLI17D air handler at the site below. Please provide the Unit and extended prices for each priced category item for labor, materials, equipment, etc. Service shall be completed within 90 days after receipt of award. Service will be provided are the following address: DHS/FEMA/Bothell MERS 220 228th St SW Bothell, WA 98021-9796 All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid driver's license is required. Contractor will provide all items, service, construction, and labor required for the Air Handler Replacement - Remove ageing McQuay MSLI17D air handler, dispose of same. Contractor will replace McQuay MSLI17D air handler with new (same type) or similar unit that will fit in existing space and attach to existing floor mounts and other unit fittings. Air handler should include new mixing box and dampers, 1 set of filters, water coil, aluminum fins, belt drive plenum fan with internal spring isolation and seismic restraints and marine light. Reinstall existing actuators, freeze stat, and temperature sensors. Reconnect ducting to OSA intake, air return and air supply. Reconnect chilled water piping. Line voltage work will be required to reconnect existing VFD to new motor and connection to new motor and connection to marine service light. Reconnect unit to existing controls. New flex connections and duct modifications to fit new unit with existing equipment. Start up and test new system. a. Performance Period: ________________________ b. DUNS Number: ________________________ c. TIN Number: ________________________ d. CCR CAGE:_______________________ BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose proposal will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price proposal to include the cost of all labor costs; associated labor costs and other associated costs (e.g., excise tax, etc.). The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the exact or an equal description of the specifications above, (b) offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. Offeror's must be registered in the System for Award Management (SAM) (via the Internet at www.sam.gov) formerly known as the Central Contractor Registration (CCR) database as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. Offer needs to include a completed copy of the provision 52.212-3, Offeror Respresentations and Certifications-Commercial Items, unless the orca page is up to date. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. BRAND NAME OR EQUAL: Recommended manufacturer and equipment was determined to be the McQuay MSLI17D air handler. If offering an "OR EQUAL" product, offeror must establish the proposed product is truly equal to that requested. Failure to provide such information may be grounds for rejection or proposal without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the "or equal" alternative item will be made by the technical team. If you quote an "or equal" item, you must provide name, model number, description, size, picture, and all other descriptive literature, specification sheets, etc., in order to allow the Government to perform an evaluation of your proposed product. This information is required in order to determine if your proposed product will meet the Government's minimum requirements. You must provide the same information that is currently in the specifications attachment. The information must be included as an attachment to your proposal on the response date of this solicitation. A site visit is scheduled for August 28th from 10 - 12 pm. Please provide name of personnel attending on behalf of company by end of Day August 24th to Ronnie Womack at Ronnie.womack@fema.dhs.gov and Rafael.taylor@fema.dhs.gov. All persons attending will need their Drivers License as a Picture ID for access to the site, which is at FEMA MERS Bothell, 200-228th St, SW, Bothell, WA 98021. Ronnie can be contacted by phone at 425-487-4410. Due date for receipt of responses to this RFQ will be 1:00 PM/EST, 09/06/2012 to Mr. Rafael Taylor at e-mail address: Rafael.taylor@fema.dhs.gov or fax number at 540-542-2632 or 2631. Mr. Taylor's telephone number is: 540-542-2832. Electronic responses are required. Questions concerning this RFQ prior to the site visit will NOT be accepted after 1:00 PM/EST on 8/24/2012 and must be e-mailed or faxed to Mr. Taylor at the e-mail address and fax numbers provided above. They will be all addressed at the site visit. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation once questions are responded to at the site visit. This shall include answers to new questions addressed at the site visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/RFQW459331Y/listing.html)
- Place of Performance
- Address: DHS FEMA MERS 200 228th St. SW, Bothell, Washington, 98021, United States
- Zip Code: 98021
- Zip Code: 98021
- Record
- SN02844351-W 20120819/120817235413-a8fd2a6a92fb9ce1c5dbd56cb14b21fa (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 |