Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,2000 PSA#2617

U.S. Department of Energy, Nevada Operations Office, P.O. Box 98518, Las Vegas, NV 89193-8518

J -- PROVIDE INSPECTION AND PREVENTATIVE MAINTENANCE PROGRAM FOR THE HVAC SYSTEM IN THE NEVADA SUPPORT FACILITY SOL DE-RQ08-00NV13860 DUE 062300 POC Diane Rodriguez, Purchasing Agent, (702) 295-1080; Beverly A. Colbert, Contracting Officer, (702) 295-1466 WEB: click here to access referenced documents, http://www.nv.doe.gov/business/procurement/solicit.htm. E-MAIL: click here to contact the Purchasing Agent, rodriguez@nv.doe.gov. (i) This is a combined synopsis/solicitation for commerical items prepared IAW the format in Fed. Acquisition Reg. Subpart 12.6, as supplemented w/additional information included in this notice. This notice constitutes the solicitation; quotes are being requested; separate solicitation documents will not be issued. (ii) Solicitation number is DE-RQ08-00NV13860, REQUEST FOR QUOTATION (RFQ). The solicitation document and incorporated provisions/clauses are those in effect through Fed. Acquisition Circular 97-16. (iv) This requirement is 100% set-aside for small businesses. Standard Industrial Classification Code is 7623. Size Standard is $5M (avg. of total sales over 3 years can not exceed the size standard. (v) Offeror shall provide all materials, labor, and transportation necessary to provide 12 months of inspection and preventative maintenance for the HVAC system in the Nevada Support Facility (NSF), at 232 Energy Way, N. Las Vegas, NV 89030. (vi) Following is the statement of work (SOW) for the maintenance program: The vendor shall perform preventative maintenance and inspection for the HVAC at the NSF beginning July 1, 2000 and continue through June 30, 2001. CLIN 1 -- The vendor will provide a complete program of inspection and preventative maintenance which will consist of the following items, at a minimum, in accordance with the attached preventative maintenance schedule (see our homepage for the schedule). (a) Periodically inspect HVAC related motors for proper voltages and amerages; (b) Periodically lubricate motors and bearings; (c) Inspect motors and drives for proper alignment; (d) Adjust belt tensions and inspect for damage; (e) Check performance of major components; (f) Tighten electrical connections; (g) Check system presures; (h) Check for coil cleanliness and clean as needed [Vendor must supply own system and water to clean coils]; (i) Drain, flush, and refill cooling towers during the cooling season and drain water if needed for winter shutdown; (j) Maintain chemical treatment in water system (minimum 2800, maximum 3500 parts per million of total dissolved solvents*), provide written water sample analysis report; (k) Ensure excessive air is purged from the closed loop system; (l) Tighten loosened flange and motor bolts; (m) Clean eleven (11) strainers on a phased biannual schedule; (n) Equipment to be serviced -- 32 A.B.B. Drives; 2 PHWP; 2 SHWP; 4 Condenser Pumps; 3 PCHWP; 17 Customer Air Handlers; 4 Leibert Units; 3 Cooling Towers; 1 Plate Heat Exchanger; 9 Exhaust Fans; 4 Trane AC units. *DOE facility maintenance personnel will periodically monitor the water system for vendor compliance with established chemical treatment levels. The vendor will be notified in the event the required levels are not being maintained so that corrective measures may be taken. CLIN 2 -- Change a total of 286 filters. The breakdown by time period, quantity, size, and filter type are as follows: every 6 months -- (qty 118) 12" Rigid Pac; every 3 months -- (qty 121) 4" Pleated Filters; (qty 28) 2" Envo Filters; (qty 15) 1" Envo Filters; (qty 4) 4" Envo Filters. The NSF is a secured facility and requires a DOE/NV sign-in and/or escortr for any work to be done. Coordination w/point of contact (POC) is required prior to arrival to perform work to avoid delays in gaining access to the NSF. If access is denied due to failure to coordinate arrival w/POC, the Gov't will not be liable for costs of that trip. (vii) Delivery point is NSF, 232 Energy Way, N. Las Vegas, NV 89030. Acceptance is at destination. Delivery is per instructions in para. (vi). NOTE: Following clauses are located at website. (viii) FAR provision 52.212-1, Instructions to Offerors-Comc'l Items, applies and the following addenda: para (bz)(4) In addressing technical portion of RFQ, offeror must provide their plan to accomplish work, schedule, and labor plan. (b)(11) An AF-1449 is to be completed and signed (3 copies) and returned with offer. (ix) Refer to provision at 52.212-2, Evaluation -- Comc'l Items: evaluation factors are technical approach, past performance, and price. Tech approach/past performance, when combined, are equal to price. (x) Offeror is to complete and return provisions at 52.212-3, Offeror Reps & Certs -- Comc'l Items. (xi) Clause at 52.212-4, Contract Terms & Conditions -- Comc'l Items is applicable as amended. (xiii-xiv) N/A. (xv) Numbered Note applies. (xvi) Quotes are due June 23, 2000, at 4:30 pm PST, at 232 Energy Way, N. Las Vegas, NV 89030, for handcarried or courier delivered packages; or P.O. Box 98518, for USPS, to attention Diand Rodriguez. (xvii)Questions can be referred to Diane Rodriguez, Purchasing Agent, (702) 295-1080; or Beverly Colbert, Contracting Officer, (702) 295-1466. Posted 06/06/00 (W-SN462079). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0035 20000608\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page