Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

Z -- CHILLER MAINTEANCNE - RFQ CHILLER MAINTENANCE

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Alaska Fisheries Science Center, Auke Bay Laboratories, 17109 Pt. Lena Loop Road, Juneau, Alaska, 99801, United States
 
ZIP Code
99801
 
Solicitation Number
ABL-15328
 
Archive Date
9/30/2015
 
Point of Contact
Heather M Mahle, Phone: 9077896021
 
E-Mail Address
heather.mahle@noaa.gov
(heather.mahle@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ This is a combined synopsis/solicitation for services in which the government intends to acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories has a requirement. •1.1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, consumables and supervision, necessary to monitor, maintain and repair two (2) government owned Trane Model RTWD090F2A02A1C2 chillers, (hereafter referred to as chillers) as defined in this Performance Work Statement (PWS) These services are to be performed at Ted Stevens Marine Research Institute, at 17109 Pt. Lena Loop Road, Juneau, Alaska. The contractor shall perform all service maintenance and repair task in accordance manufacturer's recommendations as well as the standards and procedures defined in this contract. A periodic maintenance schedule will be developed before the start of the contract. •1.1.1. PREVENTATIVE MAINTENANCE. The contractor shall periodically monitor and ensure that the chillers are operating and serviced according to the manufacturer's recommendations. The contractor shall ensure the chillers perform efficiently and are clean and are free of corrosion, The contractor shall properly monitor and document chlorofluorocarbon (CFC) use by the chillers in accordance with government mandates. The contractor shall minimize disruptions and inconveniences to users. All replacement parts will be Original Equipment Manufacturer (OEM) or factory reconditioned. All reconditioned parts must meet manufacturer's specifications for reconditioning. The contractor shall not perform any repairs without prior approval by the contracting officer. •1.1.2. PROPERTY CONTROL. The contractor shall obtain approval of the Government inspector or the contracting officer before removing any item from its existing location. •1.1.3. CHILLER REPAIR. The contractor shall return the chiller(s) to operational condition within 48 hours after notification of service requirement, contingent on parts and materials availability. The contractor shall notify the contracting officer representative when any replacement part must be ordered and any repair delays are expected. The contractor should notify users within 48 hours of the expected delay if repair time may exceed seven days. See attached Statement of Work for more information. All interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above within fifteen (15) days of the publication date of this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. A firm-fixed order is anticipated to be issued in immediately. All responses must be in writing and delivery to fax number (907)789-6004 attention to Heather Mahle, emailed to heather.mahle@noaa.gov, or provided to the address indicated in the solicitation. Faxed or Emailed Correspondence or Response to Solicitation should reference solicitation # ABL-15328, in the Subject line to ensure it is received successfully. This is a simplified acquisition with an estimated value of less than $150,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far *** All contractors doing business with this Acquisition Office must be registered and active in the System for Award Management (SAM). No Award can be made unless Cotnractor/Vendor is registered and active in SAM. For additional information visit www.sam.gov. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. Official Solicitation, any Amendments, or updates can be found at www.fbo.gov, listed under solicitation # ABL-15328
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a2b3d896fae265a6cd8e5ff5e292057)
 
Place of Performance
Address: TSMRI, 17109 PT LEAN LOOP RD, JUNEAU, Alaska, 99801, United States
Zip Code: 99801
 
Record
SN03863205-W 20150902/150831235024-0a2b3d896fae265a6cd8e5ff5e292057 (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.