Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2003 FBO #0439
SOLICITATION NOTICE

41 -- Air Cooled Chiller

Notice Date
2/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
F24604-03-T-0009
 
Archive Date
3/13/2003
 
Point of Contact
Robert Joshlin, Contractor Administrator, Phone 406-731-3836, Fax 406-731-3748,
 
E-Mail Address
robert.joshlin@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEM (S) 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. Solicitation Number F24604-03-T-0009 is issued as a Request for Quote. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer --Central Contractor Registration May 1999) and DFARS 252.204-7004 (Required Central Contractor Registration - Nov 2001) require registration in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR2000.COM/. IT'S MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2001-08 and thru Defense Acquisition Regulation Supplement DCN 20020730. This procurement is set aside for all responsible small businesses. The NAICS Code and business size standard is 423730 and number of employees 100. The government intends to award a Firm Fixed Price Contract under Simplified Acquisition Procedures (SAP). Contract Line Item 0001: 1Each Air Cooled Chiller Dunham-Bush Air Cooled chiller, Screw compressor, Model# ACDXC120BARANYNNNNNNNNNSNLYN, HCHF-22 or equal. To be used on Bldg 1150 (BX). The system shall also meet the following minimum requirements: The air-conditioning chiller shall be complete and be of the Semi-Hermetic, Rotary Screw Type with both compressor and condenser contained within the same package. All equipment shall be designed for outside installation. All equipment shall be skid mounted with spring vibration isolators and ready for placement on a concrete pad furnish by the government. The unit shall have a separate refrigerant circuit for each compressor. Have a capacity of 120 tons. The unit shall contain a 480 volt, 3 phase," 60 Hz power supply. The unit shall contain a weatherproof flow switch. The unit shall contain a control circuit transformer. The unit shall contain an entering fluid temperature sensor. The unit shall be painted and contain painted louvers on the vertical coil and unit air inlet. The unit shall contain a micro controller. Have an energy efficiency rating of 8.8 or better. Be rated in accordance with ARI Standard 550/590-98. Meet ASHRAE 90.1-89 chiller minimum efficiency guidelines. Include factory Start up support. Be warranted for 5 years. Include shipping to Malmstrom AFB, MT. Freight on Board (FOB): Destination. Place of delivery: 40 78th ST N. BLDG 471 Malmstrom AFB, MT 59402-7539. DELIVERY DATE: NOT LATER THAN 30 DAYS AFTER AWARD. FOB: DESTINATION. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items (Oct 2000) is hereby included by reference and apply to this acquisition. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jul 2002) shall be completed and submitted with the proposal. FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2002) hereby applies to this acquisition. FAR clause 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May2002) hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are incorporated by reference: 52.219-6 Total Small Business Set Aside; 52.222-21 Prohibition of Segregated Facilities 52.222-26; Equal Opportunity, 52.222-35; Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-19; Child Labor- Cooperation with Authorities and Remedies (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer/Central Contractor Registration (May 1999). The following DFARS clauses are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001), In accordance with FAR clause 252.212-7001, the following clauses are incorporated by reference: 252.225-7036 Buy American Act; 252.225-7012 Preference for Certain Domestic Commodities. The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices but must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The Contracting Officer has determined that a 5 Year Warranty requirement consistent with customary commercial practices are necessary for this acquisition. For Warranty purposes, please furnish the following commercial warranty information for each system component under warranty: The warranty extends for a period of ____days or ____years from ( ) date of shipment, ( ) date of receipt or ( ) date of installation. Is the Remit to the same as the ordering address _ __Yes __ _NO. If NO, please provide the correct Remit To address with your proposal. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government. The following factors shall be used to evaluate offers: (i) conformance with specifications as indicated, and (ii) price. Proposals are due no later than 2:00 PM Mountain Standard Time on 26 February 2003 to 341st CONS/LGCA, ATTN: Mr. Robert Joshlin, (Bldg 145), 7015 Goddard, Malmstrom AFB, MT, 59402-6863. Quotes may be faxed to (406) 731-3748 or e-mailed to robert.joshlin@malmstrom.af.mil. For information contact Mr. Robert Joshlin, Contract Administrator at (406) 731-3836 or TSgt Curtis Locker Contracting Officer (406) 731-4018. Original Point of Contact Mr. Robert Joshlin, Contract Administrator, Phone (406) 731-3836, FAX (406) 731-3748, Email to robert.joshlin@malmstrom.af.mil, TSgt Curtis Locker Contracting Officer, Phone (406) 731-4018, Fax (406) 731-3748, Email to mailto:curtis.locker@malmstrom.com
 
Place of Performance
Address: 40 78th ST N., BLDG 471, Malmstrom AFB, MT 59402-7539
Zip Code: 59402-7539
Country: USA
 
Record
SN00258142-W 20030214/030212213632 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.