Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
MODIFICATION

41 -- Air Conditioning/Heating

Notice Date
5/19/2004
 
Notice Type
Modification
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
W81XRH40892006
 
Response Due
6/1/2004
 
Archive Date
6/16/2004
 
Point of Contact
Carl Oelschig, Contract Specialist, Phone 910-432-8313, Fax 910-432-9345,
 
E-Mail Address
oelschic@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1: Q1. Does your office have any particular preference of manufacturer or brand? A1. No Q2. Is the 6 ton compressor a typographical error? A2. Yes it it possible that this is an error in posting. These ECUs will be used primarily in desert conditions and for heating and cooling of soldier sleep tents. Q3. Do you require an air-conditioner with supplemental electric heat or a heat pump design providing both cooling and heating but also with supplemental electric heat? A3. I need one that requires both heating and cooling. I am not sure of the heat pump design. Q4. We will need the air temperature, preferably both dry and wet bulb, entering the evaporator section, the ambient temperature, and operating temperature range. What is the desired airflow. A4. I have no idea. It will be used in arid and humid environments such as the desert. As a reminder the airflow should accomodate soldiers in a sleeping tent whether it is small or large. Q5. Can you tolerate weight greater than 300 lbs and aluminum construction. A5. Submit what you have. The unit would prefer as close to 300 lbs as these units need to be portable. SOLICITATION: The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for 28 skid mounted, heating/air conditioning units. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. All quotes must reference the Request for Quotation number W81XRH40892006. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-23. The North American Industry Classification System Code (NAICS) is 333415. Size Standard is 750 employees. This requirement is 100% set aside for small business. REQUIREMENT: 28 heating/air conditioning units (ECUs). Units shall accept single phase power and have at least a minimum rated cooling power of 6 tons, shall be skid mounted and painted desert tan in color and adaptable to all military tent systems, a minimum of 2 ½ ton capacity commercial self contained heat pump, a minimum cooling capacity rating of 28,800 BTU and a minimum heating capacity rating of 27,400 BTU. Unit requires, 208/230 volt 1 phase power requirement, 30 amp average draw at start up (heating or cooling mode), 10-amp average draw while operating (heating or cooling mode) without heat strips, 30 amp average draw while operating with heat strips. The weight of each individual unit should ideally be no more than 300 lbs. The ideal dimensions are 56”L x 24” W x 27”H as to allow for transport by military air. The motor needs to be totally enclosed, permanently lubricated condenser fan motor. Energy efficient compressor with internal relief valve. The cabinet shall be heavy gauge galvanized steel. ECU must have at least a 30-amp integrated circuit breaker and 14 inch round supply and return air collars to receive ductwork. Units shall have a cable power connector installed and an internal recessed rheostat for heating and cooling control/return air duct thermostat sensor. Units should require only minimal maintenance such as cleaning. Contractor shall provide commercial maintenance manuals where available. DELIVERY/ ACCEPTANCE: The vendor shall deliver the heating/air conditioning units to the designated shipping address located on Ft. Bragg proper. A government point of contact for coordination will be provided at the time of contract award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor’s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph “a” of the provision: “Quotes will be evaluated as to price, technical evaluation and past performance. Award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government”; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses, 52.204-7 Central contractor Registration. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. Additionally, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable, 252-232-7003 Electronic funds transfer. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC, Building E-2929, ATTN: AOCO (CPT Carl Oelschig), Fort Bragg, North Carolina, 28310, not later than 5:00 p.m. ET, 27 May 2004. E-mail submissions will be accepted at oelschic@soc.mil or fax (910) 432-9345, however, it is the contractor’s responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include:(1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, (3) acknowledgement of any amendments that may be issued, and (4) past performance information. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer’s address provided no later than 27 May 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is CPT Carl S. Oelschig, Contract Specialist at (910) 432-8313. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/W81XRH40892006/listing.html)
 
Record
SN00589207-F 20040521/040519214939 (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.