Chiller A/C Maintenance/Repair for DFAS Limestone (№8157645)

24 may

Nummer: 8157645

Land: United States

Quelle: Federal Business Opportunities

Bitte registrieren Sie sich

Teilen Sie dies:

Referenz auf die Quelle

Um den Link zur Originalquelle anzuzeigen, müssen Sie sich registrieren

Veröffentlichungsdatum


24-05-2018

Beschreibung


Chiller A/C Maintenance/Repair for DFAS Limestone Solicitation Number: HQ042318Q0020
Agency: Other Defense Agencies
Office: Defense Finance and Accounting Service
Location: Contract Services Directorate, Columbus

Solicitation Number: HQ042318Q0020

Notice Type: Award

Contract Award Date: May 21, 2018

Contract Award Number: HQ042318P0028

Contract Award Dollar Amount: $18354.35

Contract Line Item Number: CLIN0001-CLIN0015

Contractor Awarded Name: MECHANICAL SERVICES, INC.

Contractor Awarded DUNS: 019052588

Contractor Awarded Address: 400 PRESUMPSCOT ST

PORTLAND, Maine 041035219
United States

Synopsis: Added: May 16, 2018 4:25 pm

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-98.


A detailed SOW is provided as a separate attachment to the RFQ.

This is an unrestricted acquisition for services.

Contractors are requested to submit a monthly firm fixed pricie for 6 months POP for CLINS 0001, 0004, 0007, 0010 and 0013 and a labor hour price for labor for CLINS 0002, 0005, 0008, and 0011, 0014 for labor when/if emergency repairs are required.

CLINS 0003, 0006, 0009, and 0012 and 0015 are not required to be priced by the vendor. This pricing can be submitted on the attached SF1449 or any other medium that is readable by Word, Excel or PDF. Quotes to be submitted directly to the Contracting Officer at

[email protected].

1. Contractor shall be responsible for maintaining the following equipment and are encouraged to perform a site visit prior to submission of quotes


  • Packaged, Direct Expansion McQuay 80 Ton Air-Cooled Water Chillers, Model ALR150EY27. (2) Operating charge using HCFC-22.

  • Condenser pumps (2)

  • Chilled water pumps (3)

  • •All piping, connections, valves, fittings, gauges, pumps, expansion tanks, sensors, and controls required to operate and monitor the above equipment.


2. Emergency Maintenance and Repairs other than those included in the regular, preventative maintenance

3. Parts required for Emergency Maintenance and Repairs


Inspection/Acceptance will take place at Destination/Government.



Place of Performance:


DFAS Limestone


27 Arkansas Rd.


Limestone Maine, 04751-1500



All interested companies shall provide a quote for the following:
CLIN 0001 (CLINS 0004, 0007, 0010 and 0013 for option years)


Quantity: 6


Unit of Issue: MONTHS


Price:


Description: Preventative maintenance for (2) Direct Expansion McQuay 80 Ton Chillers for May - Oct 2018 (Base Yr)

CLIN 0002 (CLINS 0005, 0008, 0011, and 0014 for option years)


Quantity: 24


Unit of Issue: HOURS


Price: (LABOR RATE PER HOUR)


This is an unpriced NTE CLIN to allocate funds for a specified labor rate to conduct unscheduled repairs as determined necessary during the period of performance (Base Yr)



CLIN 0003 (CLINS 0006, 0009, 0012 and 0015 for option years)


Quantity: UNK


Price: $6000 NTE NOTE** DO NOT PRICE THESE CLINS


This is an unpriced NTE CLIN to allocate funds for the reimbursement of actual costs incurred for repair parts as determined necessary for unscheduled repairs as determined necessary during the period of performance (Base Yr)


FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquistion.


FAR 52.212-2 is applicable to this acquisition;

Award shall be made to the vendor whose quotation provides the best value to the government, considering technical capability, past performance, and price.


The government will evaluate information based on the following evaluation criteria: Technical capability, past performance and price.


Technical capability and past performance, when combined, are more important than price.


Contractors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.


FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition.


FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquistiion.


The full text of FAR/DFARS provisions/clauses may be accesses electronically at

http://farsite.hill.af.mil/



The following solicitation clauses/provisions apply to this acquisition:


FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013)


FAR 52.222-3 Convict Labor (Jun2003)


FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012)


FAR 52.223-1 Biobased Product Certification (May 21012)


FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sept 2013)


FAR 52.223-11 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016)


FAR 52.223-15 Energy Efficiency in Energy/Consuming Products (Oct 2015)


FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)


FAR 52.233-3 Protest after Award (Aug1996)


FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)


FAR 52.242-5 Payments to Small Business Subcontractors (Jan 2017)


DFARS 252.201-7000 Contracting Officer"s Representative (Dec 1991)


DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)


DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Official


DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015)


252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015)


252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)


252.225-7001 Buy American and Balance of Payments Program


252.232-7003 Electronic Submission of Payment Requests and Receiving Reports


252.232-7010 Levies on Contract Payments


252.244-7000 Subcontracts for Commercial Items


252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014)



This is not a DPAS rated order.


Quotes must be submitted on or before May 18, 2018. Electronic submission of quotes to the contracting officer is preferred; christine [email protected]. is preferred to faxed quotes. Faxed quotes shall be sent to 614-701-2918.


Information regarding this solicitation should be addressed to:


Christine Scott at 614-701-2785 or [email protected].



Contractor MUST complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Address of Contracting Officer (CO):
Defense Finance Accounting Service


3990 East Broad Street


Columbus, OH 43218

All interested parties shall submit one (1) copy of their technical and price quote via email to the CO.

Prospective contractors are reminded that any potential awardee is required to complete electronic annual representations and certifications in the System for Award Management (SAM) database prior to the award of any contract.Registration in SAM is free and can be accessed at

https://sam.gov


This is an unrestricted acquisition for services. The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein.


All inquiries shall be made to the Contracting Offcer:

Christine Scott ([email protected])


Defense Finance Accounting Service


3990 E Broad Street


Columbus, OH 43218



Quotes shall be submitted NLT May 18, 2018, at 3:00pm (EST)

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.




Please consult the list of

document viewers if you cannot open a file. SOW Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: SOW

Posted Date: May 16, 2018



A02_SOW.pdf (19.09 Kb) Description: Statement of Work

SOW_Attachment_-_Annual_Start-up_and_Shutdown_Checklist.pdf (22.99 Kb) Description: Attachment to SOW

WAGE_DETERMINATION.docx (43.21 Kb) Description: Wage Determination

HQ042318Q0020.pdf (332.41 Kb) Description: HQ042318Q0020 (SF1449 to submit pricing, if desired)



Contracting Office Address: 3990 East Broad Street
Bldg #21, Room 2B218
Columbus, Ohio 43218


Place of Performance: DFAS Limestone
27 Arkansas Rd.
Limestone , Maine 04751-1500
United States


Primary Point of Contact.: CHRISSCOTT61, CONTRACTING OFFICER

[email protected] Phone: 6147012785