SOLICITATION NOTICE
42 -- Renovate Walk-in Coolers
- Notice Date
- 6/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
- ZIP Code
- 31793
- Solicitation Number
- RFQ-13-4389-05
- Archive Date
- 7/31/2013
- Point of Contact
- Thomas D. Maze, Phone: 229-386-3496
- E-Mail Address
-
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 13-4389-05 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-64. The NAICS code applicable to this acquisition is 238220. The small business size standard is 14.0 million. This procurement is set aside for small business. Walk-in Cooler Renovations 2013- Bldg. 1 USDA-ARS Byron, Ga. 1.0 Introduction The Agricultural Research Service is currently seeking bids to renovate 3 existing walk-in coolers and replace 1 mini split style air conditioning system located within Building #1 at the Southeastern Fruit and Tree Nut Research Station in Byron, Ga. This work will consist of the complete removal of existing refrigeration and air conditioning condensing units, evaporators, controls and associated refrigerant piping and wiring and replacement with complete new systems utilizing non-ozone depleting refrigerants and meeting Federal Energy Management Program (FEMP) guidelines. 2.0 General Requirements A. The Contractor shall make a site visit and take steps as may be necessary to ascertain the nature and general conditions that could affect the work and cost thereof. B. The Contractor shall perform an inspection of each work item, take their own measurements and develop their own materials requirements in accordance with the specifications to install, and leave fully functional, all refrigeration and air conditioning systems required in this solicitation. C. The Contractor shall comply with the standards found within FAR clause 52.223-15, "Energy Consuming Products", for the selection of applicable energy consuming equipment provided. D. The Contractor shall be responsible for the proper sizing and installation of the new refrigeration systems and air conditioner. E. The Contractor shall follow manufacturers' recommendations for all products used in this work. F. The Contractor shall provide all supervision, labor, equipment, materials and any other related items necessary to install and provide fully operational units. G. The Contractor shall have a designated site representative who is readily available to the Contracting Officers Representative any time work on this project is being performed at the site. H. The Contractor shall comply with the provisions set forth in the Davis-Bacon Act. The contractor shall post all Equal Employee Opportunity, wage and other required posters in a prominent location at the work site. The Contractor shall submit original, signed payroll forms weekly to the Contracting Officers Representative for each employee and sub­ contractor employee involved in executing this work. I. The Contractor shall follow all Federal, State and local laws, codes and ordinances related to the execution of this work. J. The Contractor shall be responsible for the removal and legal disposal of all materials, equipment,construction debrs and trash related to this work from government property. K. The contractor shall be currently registered in the System for Award Management (SAM) at WWW.SAM.GOV 3.0 Performance Period - The performnce period for this project shall be 30 days from the notice to proceed. 4.0 Site Visit To schedule a site visit, contact Jeff O'Neal at 478-956-6431 or email ieff.oneal@ars.usda.gov. 5.0 Work Hours Work hours for this project shall be from 7:00am to 4:30pm EST, Monday through Friday, excluding Federal holidays. No overtime or weekend work will be allowed. 6.0 Products A. Walk-in Coolers •1. Provide (3) split system style refrigeration condensing units, evaporators and line sets, 1 for each existing cooler box, that utilize non-ozone depleting refrigerant and are capable of maintaining a constant temperature inside the cooler anywhere between 2 and 13 degrees Celsius. •2. Provide automatic electric defrost systems on the evaporators. •3. Provide hooded condensing units designed for outdoor exposure. •4. Provide new control thermostats and all necessary wiring with dedicated power disconnects for each condensing unit. •5. Provide new condensate drains. •6. Provide new insulation on refrigerant lines. B. Mini split Air Conditioner •1. Provide new energy efficient, EnergyStar rated, mini split style air conditioning unit with factory installed low ambient control and automatic power reset. •2. Provide a hard wired, wall mounted control thermostat. •3. Provide a wall mounted condensing unit stand. •4. Provide a new electrical disconnect at the condensing unit. 7.0 Submittals The Contractor shall submit to the Contracting Officer for approval the manufacturers' product information, operational and service manuals for the following items. A. Air Conditioner B. Refrigeration condensing units and evaporators. Manufactures' information for the air conditioner should include - a. Make b. Model number c. Energy Star minimum SEER and EER ratings. 8.0 Definitions A. CO - Contracting Officer - Federal government employee with the sole authority to enter into, administer and /or terminate contracts and make related determinations and findings. B. COR - Contracting Officers Representative - A government official appointed by the Contracting Officer to provide daily administration and surveillance of a Federal Government contract. C. Energy Efficient - a product that- •1. Meets the Department of Energy and Environmental Protection Agency criteria for use of the Energy Star trademark label; or •2. Is in the upper 25 percent of efficiency for all products as designated by the Department of Energy's Federal Energy Management Program. D. EER - Energy Efficiency Ratio - Ratio of btu output per hour for each watt of power consumed E. Energy Star - An international standard for energy efficient consumers products - energystar.gov F. FAR - Federal Acquisition Regulations G. FEMP - Federal Energy Management Program - www.femp.gov H. SAM - System for Award Management - www.sam.gov I. SEER - Seasonal Energy Efficiency Ratio - Unit cooling output for a typical cooling season divided by the total electrical energy used for the same period. Estimated job is between $30,000 and $40,000. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial item. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52-223-1 Biobased Product Certification, 52-223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments' rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, July 16, 2013 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-13-4389-05/listing.html)
- Place of Performance
- Address: 21 Dunbar Road, Byron, Georgia, 31008, United States
- Zip Code: 31008
- Zip Code: 31008
- Record
- SN03089664-W 20130616/130614234318-4c474c97f7239f160deedefe3bb7cb61 (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 |