Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N5005419T0049
Mid-Atlantic Regional Maintenance Center (MARMC) intends to solicit and award a Sole Source, Firm-Fixed Price (FFP) contract to Damuth Services ,Inc. DBA Damuth Trane, 1100 Cavalier Blvd., Chesapeake,...
Mid-Atlantic Regional Maintenance Center (MARMC) intends to solicit and award a Sole Source, Firm-Fixed Price (FFP) contract to Damuth Services ,Inc. DBA Damuth Trane, 1100 Cavalier Blvd., Chesapeake, VA 23323-1506, Cage Code 4Z700, NAICS Code 423730, FSC Code 4120, DUNS 050987098, in accordance with (IAW) FAR 13, for the following: Contractor to provide parts and labor for an emergency replacement of the control panel that is used to control Chiller #1 within CEP-200. Contractor to disconnect and remove non-functioning existing UPC2 Panel associated with Chiller #1 within CEP-200. Contractor will then provide a panel upgrade to the system using the system known as Adaptview. Once installation is complete, provide factory start-up for proper operation to include a Wye Delta Starter refresh. All work to will be performed during normal business hours applicable to CEP-200. Includes: • Removal of existing non-functioning UPC2 Panel • Upgrade the Chiller Control System to Adaptview • Provide a Factory Trane Start-Up for proper operation The Trane Adaptiview System is a proprietary control panel system that is intended to be used to control Trane Chiller Systems. Damuth Trane is the dealer/rep for the proprietary control system. The parts required for the upgraded chiller panel are direct replacements for the existing equipment. This synopsis is published for informational purposes and does not constitute a request for competitive proposals. Interested parties may identify their interest and capability by submitting a written response to alex.nienberg@navy.mil no later than 5 days after the date of the publication of this notice. The written response shall reference RFQ# N5005419T0049 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising quality, accuracy, reliability and schedule. The capability statement shall be submitted in MS WORD or Adobe PDF form as an email attachment. The Government will consider all capability statements received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contact. No telephone responses will be accepted. No hard copies of the solicitation will be mailed. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/SAM/#1