SOURCES SOUGHT
J -- National Ice Core Laboratory Freezer Maintenance
- Notice Date
- 3/11/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G13PS00260
- Response Due
- 3/13/2013
- Archive Date
- 4/12/2013
- Point of Contact
- Callista Weatherford
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any small business firm eligible to compete under NAICS code 811310 for an upcoming requirement for the National Ice Core Laboratory. The U.S. National Ice Core Laboratory (NICL) is a specialized facility in Lakewood, CO, which stores about 17,000 meters of ice cores that have been drilled from the ice-covered regions of the world, for the purpose of the scientific investigation of the past climate of the earth, and the study of its atmosphere in past times. The cost, to date, of acquiring the samples stored in the NICL is approximately $350M. However, even if such an amount of money were available to replace the samples if lost, it would likely be impossible to replicate them. The ice core samples must be stored at temperatures well below freezing, within narrow ranges of variation. It is not enough that the cores be prevented from melting: if the stored samples approach freezing, some components of the old air and other substances they contain can migrate out of the ice, and mislead scientists who make measurements on the ice, rendering the samples useless. If the temperatures vary too much even within a range of cold temperatures, the ice can undergo disastrous structural changes. The ice core storage part of the NICL freezer consists of three rooms of different sizes, held at different temperatures by a refrigeration system controlled by computer interface, run by a two-stage system using R22 refrigerant fluid with multiple reciprocating Mycom compressors of different capacities. This requirement is for ongoing maintenance and repairs of the NICL refrigeration system, control computer, and freezer building and its ancillary parts. This requirement also includes emergency response and repair for refrigeration or control computer system failures, 24 hours a day, 7 days a week including holidays. The National Ice Core Laboratory refrigeration system consists of four 4-cylinder Mycom reciprocating compressors and two 8-cylinder Mycom reciprocating compressors; two evaporative condenser towers, four evaporators operating at -38C (-36F), two evaporator coils operating as a single evaporator operating at -24C (-11F); and two evaporator coils operating as a single evaporator operating at approximately +4C (+39F). THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Required Qualifications: 1.Contractor shall have at least six R-22 qualified technicians on staff. 2.Contractor and technicians shall be fully licensed by the State of Colorado and shall comply with all Environmental Protection Agency (EPA) regulations regarding the handling, release, and disposition of chlorinated fluorocarbon compounds, specifically R-22. 3.Technicians assigned to this purchase order shall have at least five years documented experience maintaining and servicing R-22 refrigeration systems 4.Technicians assigned to this purchase order shall have previous, documented experience with industrial low-temperature (-40F or colder), 2-stage refrigeration systems. 5.Technicians assigned shall be Level III Journeyman, or documented equivalent. (Requirements for Level III Certification include: a) a minimum of 16,000 hours of on-the job training and experience; b) 1,440 hours of accredited classroom training; and c) continuation of approved accredited classroom training in order to maintain Level III status.) 6.Technicians assigned to this contract shall have previous, documented, experience with reciprocating-type compressors manufactured by Mycom Corporation. 7.Contractor/Technicians shall have documented experience as a Teletrol integrator. 8.All technicians assigned to this contract must be able to pass Federal background checks in order to receive an access card to be able to enter the Denver Federal Center after hours. 9.All technicians assigned to this contract must apply for and receive a DOI access card in order to gain access to the Denver Federal Center after normal operating hours, weekends and holidays. 10.Vendor shall acknowledge receipt of any alarms to the Federal Protective Service (FPS) within 15 minutes of receipt of the alarm, and respond on-site within one hour of notification. Unit is located in Lakewood, CO. A complete statement of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; and (D) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811310 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $7.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; (3) confirmation of ability to meet all qualifications listed above; and (4) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT March 13, 2013 at 3:00pm MST via e-mail to: cweatherford@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G13PS00260/listing.html)
- Record
- SN03008785-W 20130313/130311234354-056e03ae8c9d5eeea0bb17a69e05d1fa (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 |