SOLICITATION NOTICE
J -- Annual Maintenance and Emergency On-Call Service for Chillers - Attachment 3 - Wage Determination 2005-2255 Revision 18 - Attachment 2 - FAR 52 212-3 - Attachment 1 - Instructions Conditions and Notices to Offerors
- Notice Date
- 9/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5715Q80095
- Archive Date
- 10/8/2015
- Point of Contact
- Christine L. Guy, Phone: 6174943559
- E-Mail Address
-
christine.guy@dot.gov
(christine.guy@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - Instructions Conditions and Notices to Offerors Attachment 2 - FAR 52 212-3 Attachment 3 - Wage Determination 2005-2255 Revision 18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80095 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-83, effective August 3, 2015. The NAICS Code is 238220; the Small Business size standard is $15 million. This procurement is a 100% small business set-aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement for Annual Maintenance and Emergency On-Call Repair Services for three (3) chillers; One (1) 665 Ton York Screw Chiller model # YSFCFBS5CUAS, one (1) 800 ton Carrier Centrifugal Chiller model # 02XRV475DGS64/R134/480V/3/60 and one (1) Trane Steam Absorption chiller model # 02ABSCO7C41CICIBIBAEDPS I. The contractor will be required to provide annual maintenance, start-up and emergency on-call response and repair in accordance with the Statement of Work (SOW) below. STATEMENT OF WORK - Begin DEPARTMENT OF TRANSPORTATION VOLPE NATIONAL TRANSPORTATION SYSTEMS CENTER ANNUAL MAINTENANCE AND EMERGENCY ON-CALL SERVICE FOR CHILLERS STATEMENT OF WORK General Description The Contractor shall provide annual maintenance, start-up and emergency on-call response and repair for three (3) Chillers; One (1) 665 Ton York Screw Chiller model # YSFCFBS5CUAS, one (1) 800 ton Carrier Centrifugal Chiller model # 02XRV475DGS64/R134/480V/3/60 and one (1) Trane Steam Absorption chiller model # 02ABSCO7C41CICIBIBAEDPS I located at the John A. Volpe National Transportation System Center (Volpe Center), 55 Broadway, Building 5, Cambridge, MA. 02142. Period of performance The period of performance will be date of award through September 30, 2016. Scope The Contractor shall provide certified service technicians in maintenance and repair of the three (3) chillers listed above. These chillers are operated and maintained on a daily basis by on site Government employees. CLIN 0001 Contractor shall provide emergency on-call response and repair services for one (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. The Contractor shall be available 24 hrs. /day, 365 days/year, for emergency repairs and shall respond on site within two (2) hours of being notified of an emergency service need. Existing equipment is located in Building #6, within Volpe Center Complex. The contractor shall provide all labor, materials and equipment to service and repair chillers. This task shall provide supplementary emergency repair service to existing chillers. CLIN 0002 Contractor shall provide annual maintenance and annual start-up of (1) York Screw Chiller, (1) Carrier Centrifugal Chiller and (1) Trane Steam Absorption Chiller. This task shall provide annual scheduled maintenance to existing chillers. Maintenance shall be scheduled and completed during normal business hours or 6:30am - 6:30 pm, Monday through Friday, excluding Federal Holidays. Work to include: 1) Initial start-up of chiller in Spring-2015 (March20-June 20). Start-up shall include changing of oil and oil filters, leak testing of entire units, trimming of refrigerant charges and adding of refrigerant (up to 50% of charge) if necessary. 2) Cleaning of condenser tubes & absorber tube bundles (steam chiller). Both heads are to be removed to facilitate cleaning. 3) Initial testing and inspection of chiller controls and safeties. 4) Lubricate electric motor (Screw Chiller), clean air passages and meg-Ohm motor windings. 5) Remove heads on evaporator section for inspection of tube bundle. Eddy current evaporator, condenser & absorber tube bundles. Place of Performance All work will be performed at the Volpe Center, 55 Broadway, Cambridge, MA 02142 Pre-Bid Site Visit A pre-bid site visit is scheduled for September 16, 2015 at 9:00am and all interested contractors are invited to attend. All notifications of attendance should be emailed to Contracting Officer (CO). Questions concerning the SOW shall be forwarded in writing to the Contracting Officer (CO). Sustainability To the maximum extent possible and consistent with the Federal Acquisition Regulations Part 23, the Government requires during the performance of the work under this Statement of Work (SOW) the Contractor to provide or use products that are: energy efficient (ENERGY STAR® or Federal Energy Management Program (FEMA)-designated); water-efficient; bio based; environmentally preferable (e.g., EPEAT-registered, or non-toxic or less toxic alternatives); non-ozone depleting; or made with recovered materials. Unless otherwise identified in this SOW, each recovered materials or bio based product provided and delivered must meet, but may exceed, the minimum recovered materials or bio based content of an EPA- or USDA-designated product. The sustainable acquisition requirements specified herein apply only to products that are required to be: (1) delivered to the Government during contract performance; (2) acquired by the contractor for use in performing services (including construction) at a Federally-controlled facility; (3) furnished by the contractor for use by the Government; or (4) specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. STATEMENT OF WORK - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a non-personal firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal. The Offeror's proposal shall be prepared in accordance with Attachment 1, Instructions, Conditions, and Notice to Offerors. The Offeror's price quotation shall include a firm fixed price for each CLIN identified below and the total firm fixed price for CLINS 0100 - 0200. CLIN 0100 - Emergency On-Call Response and Repair Services $_____________________ CLIN 0200 - Annual Maintenance and Start-up Services $_____________________ TOTAL for CLINs 0100 and 0200: $_____________________ NOTICE TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in Attachment 2). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal. FAR Clauses and Provisions 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, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) and 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-18, 52.225-13 and 52.232-33. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. Wage Determination 2005-2255 Revision 18 dated July 8, 2015 attachment 3 applies. The Volpe Center requires all on-site contractors to furnish a corporate health and safety plan, and a health and safety plan tailored to the specific contract requirements to ensure the safety of all employees and the Government while performing work under the contract. The health and safety plans must be submitted to the CO and COR within 20 days of contract award for approval by the Volpe Center Safety & Health Program Manager. The plans shall include details of training provided in accordance with Federal, State and local regulations including all OSHA requirements. The health and safety plan that is tailored to a specific contract must address the use of any Government Furnished Property (GFP) and/or Government Furnish Equipment (GFE) identified in the contract and potential hazards that could be encountered during performance of the contract. With respect to utilizing GFP and/or GFE under this contract, the tailored safety plan shall include, at a minimum, an equipment training plan and safety measures including utilization of appropriate Personal Protective Equipment (PPE) (if necessary as required under OSHA). Plans shall also address all the requirements identified under FAR52.236-13, ACCIDENT PREVENTION ALTERNATIVE I (NOV 1991) The Contractor shall meet Federal Security requirements and applicable Volpe Center Security requirements to access a United States Department of Transportation facility. The Contractor may be required to present picture identification of employment. The Government reserves the right to deny access to U.S. owned facilities to any individual. An unpaid site visit between the hours of 6:30am -6:30pm, Monday through Friday, can be arranged with Contracting Specialist, Christine Guy 617-494-3559. This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, V222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Christine.guy@dot.gov by closing date of September 23, 2015 at 4:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about October 1, 2015. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba2b321714f47de7ede9b6f4386e545c)
- Place of Performance
- Address: 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN03883679-W 20150914/150912233654-ba2b321714f47de7ede9b6f4386e545c (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 |