Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOLICITATION NOTICE

J -- Chiller Preventative Maintenance & Vibration and Oil Analyses

Notice Date
11/30/2023 4:00:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E524Q0001
 
Response Due
12/16/2023 10:00:00 AM
 
Archive Date
12/31/2023
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E524Q0001 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 238220 � Plumbing, Heating, and Air Conditioning Contractors which has a size standard of $19M. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire requires a Contractor to conduct preventative maintenance on one (1) 23-ton ammonia chiller system (hereafter referred to as the 23-ton #1 system), and vibration and oil analyses on two (2) industrial medium-temperature chillers (hereafter referred to as MTC#1 and MTC#2) and one (1) low-temperature chiller (LTC). Requirement:� The Contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, transportation, and any other items and services necessary to perform the tasks under the 8,000-hour service interval on the 23-ton #1 system and perform the vibration and oil analyses on MTC#1, MTC#2, and LTC. All work on the 23-ton #1 system, MTC#1, MTC#2, and LTC will follow guidance in each system�s respective manual and guidance from manufacturers regarding safety, materials used, and methods. 23-Ton #1 System: The Contractor shall perform all maintenance tasks recommended under an 8,000-hour service interval as shown in attachment A, Table 5-1. The Contractor will provide a written report documenting all maintenance performed, the status of each component prior to maintenance, any measurements taken, along with any additional noteworthy findings. MTC#1, MTC#2, and LTC: The Contractor shall perform vibration and oil analyses utilizing similar methods as the previous analyses. Previous vibration and oil analyses are presented in attachment B for reference to what is expected. The Contractor must use a method of data collection and analysis that documents at least the same data as, and can be directly compared to, the previous analyses. The Contractor shall have a minimum of five years� experience in installation, troubleshooting and maintenance of GEA-manufactured chillers. The Contractor must also have the experience and permissions to utilize GEA�s vibration monitoring and analysis platform. Please reference the attached RFQ for instructions and applicable provisions and clauses.� Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable offer, the price of which may not be the lowest. The Government�s determination of what represents the best value for this requirement shall be based on the Government�s confidence that the services being quoted meet the following: 1) technical capability to provide the requested services and as outlined in Section C, Performance Work Statement (PWS), to include the proprietary vibration analyses using GEA software and the necessary tools�in accordance with GEA requirements, 2) the contractor�s emphasize expertise on refrigeration systems applications of these compressor�systems, 3) total quoted price, 4) proposed delivery schedule, and 5) demonstration of experience of a minimum of five (5) years of experience maintaining GEA manufactured�chillers, similar to the 23-ton #1, MTC#1, MTC#2, and LTC systems. FOB Destination: CRREL, 72 Lyme Road, Hanover, New Hampshire 03755-1290. Payment Terms: Net 30 Please provide responses to this notice, no later than Thursday, 14 December 2023, 12:00 PM, Central Time (CT) to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: 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 representations and certifications. For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/572e63dbdca94a68b2c49b491a437d25/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN06898754-F 20231202/231130230046 (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.