Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOLICITATION NOTICE

J -- Blanket Purchase Agreement (BPA) - CSZ Cold Test Chambers

Notice Date
4/21/2022 5:40:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E522R0008
 
Response Due
5/2/2022 10:00:00 AM
 
Archive Date
05/17/2022
 
Point of Contact
Kim D Roberson, Phone: 2173733478, ERDC-CRREL Quotes
 
E-Mail Address
kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil
(kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) requires commercial sources for the repetitive procurements of component replacement parts, maintenance, troubleshooting, diagnostics, and repair services for four (4) CSZ/Weiss Technik cold test chambers (s/n: 16-WM16185, 16-WM161816, 16-WM16188, 16-WM16186) at their facilities in Hanover, NH. ERDC-CRREL intends to establish Master Blanket Purchase Agreement (BPAs) in order to facilitate the procurement of these services and supplies. The North American Industry Classification System (NAICS) � 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance was determined to best represent this requirement. The small business size standard is $8,000,000.00. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required air charter services exclusively for the U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC). If and when requested, the Contractor shall provide services and supplies for cold box test chambers in accordance with the specific requirements for the individual Call/Order. Performance Specifications:� The primary aspect of this requirement shall include diagnostic and exploratory labor, corrective and preventive maintenance, maintenance and repair, report preparation, programming, and other services/supplies as specified at the Call/Order level to fully identify all problems to be followed by repairs as needed. If and when requested, the vendor shall provide supplies and or services in accordance with the specific requirements for the individual BPA Call/Order which may include, but are not limited to, the following broadly encompassing categories: Perform testing and diagnostic work to identify all failed equipment Display interface trouble shooting and diagnostics Display interface replacement, parts, and labor Alarm troubleshooting and diagnostics Alarm repair System modifications Elimination of extraneous dehumidification and supply make-up air system components Drain and purge of refrigerant Pulling a vacuum to remove contaminants System flush Replacement and modification of line liquid driers Valve replacements Modifications of condenser fan electrical supply and controls Preventative Maintenance Agreements NIST Calibration Services Re-charge Systems Procurement of new cold test chambers Repair by replacement of cold box regrigeration system Repair by replacement of cold box electrical and controls systems Interested vendors need only provide a response (letter format) which verifies the company�s interest in providing the needed services/supplies and confirmation that they are capable of providing the requested services/supplies within the guidelines identified in the BPA solicitation. Review the attached BPA solicitation for all performance requirements, terms, and conditions. Please provide responses to this notice NLT 12:00 PM (CDT), 2 May 2022 to: Kim.D.Roberson@usace.army.mil Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99e702af3be848f89bb1ecce20981de4/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN06304032-F 20220423/220421230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.