Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
MODIFICATION

41 -- Air Conditioner, Portable (Diesel Powered)

Notice Date
10/1/2004
 
Notice Type
Modification
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
Reference-Number-FE309942450018
 
Response Due
10/5/2004
 
Point of Contact
Ronald Hunter, Contract Administrator, Phone 830-298-5993, Fax 830-298-4878, - James Harper, Contracting Officer, Phone 830-298-5175, Fax 830-298-4178,
 
E-Mail Address
ronald.hunter@laughlin.af.mil, james.harper@laughlin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. Solicitation number FE309942450018 is hereby issued as a Request for Quotation. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13 (Correction). It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm. This acquisition is 100% Small Business Set-Aside. North American Industrial Classification Standard: 333415 with a small Business Size Standard of 750 employees. CLIN (0001) Air Conditioner, Portable, (1 Each); - 25 Ton Capacity; 9600 CFM -Air Cooled DX unit; no heat - Diesel-Generated Power and Fuel Tank w/hail guard - On Flat Bed Trailer with gooseneck hitch - Duct Openings: 2 x 20-inch Supply, 2 x 20-inch Return - Dual electrical capabilities: primarily hooked up to generator power, but have the ability to run 75-100' of cable to a facility (including cable). - Flex duct should fit inside a weather proof box, and duct material should be weather resistance (an insulated if possible) - Each section of duct should be in 25-foot sections (interlocking collars)-up to 100 foot (on supply and return) and should hook directly to the AC unit. - Sized to have multi-stages (2-4 compressors). - Controlled with a thermostat and a return air controller. The preferred type of thermostat is one that can receive/send signals back to the package unit remotely (some type of infrared/antenna/radio freq-provide options). - Provide start-up and training. - As a result from questions already submitted, here are a few Q/A's. Question (Part 1): 1. Please advise the capacity of the Generator you need for this portable a/c unit? 2. Do you intend to use the generator to power any other devise or need 120-volt outlets? 3. I understand total Duct you will want is 200 feet (100 ea for supply & return) if they are insulated it will be hard to store them, as it will not be as flexible. Answers (Part 1): 1. The capacity of the generator should be at least 50KW. 2. The generator and the AC unit will primarily be dedicated to each other. However in the case of an emergency, we would like the flexibility to connecting the AC unit to a building power source and to connect just the generator to other power requirements. 3. Insulated ducting is preferred if we can easily store it, but it is not necessary - un-insulated flex ducting will work. The quantity required per duct is 100 ft (one supply and one return = 200 total ft, two supplies and two returns = 400 total ft, etc). The ductwork should be in 25 ft sections with interlocking collars. Weatherproof storage on the trailer for the ductwork needs to be included. Question (Part 2): 1. What is the minimum continuous operation time before re-fueling? 2. What is the maximum trailer length? What is your ideal trailer length? 3. Are you OK with tongue weight or do you want a four-wheel trailer? 4. For shore power, do you want 480VAC 3 Phase pin and sleeve connector or something else? 5. What is the ambient operating temperature? Answers (Part 2): 1. 24 hours 2. The trailer should be long enough to hold the AC unit, the generator, the fuel tank, and the container for the flex ducting and cables. 3. Trailer should be gooseneck and sufficient for the load. Two tandem axles are recommended. 4. The extra generator outlet (for powering devices other than the AC unit) should be 120V / 20-30 Amp. The alternate power for the AC unit should be whatever the unit requires. 5. 95?F, 105?F? 70-110?F Questions (Part 3): 1. With the ambient temperature being high at your location, we feel that insulated flex duct is a relative necessity if you're running 100 feet. However, storing 400 feet of insulated duct (which doesn't compress as much as uninsulated) on the trailer creates a need for a significantly bigger trailer. With this in mind, which is more important in your mind: Size of the trailer, or insulated duct? What about utilizing a 2nd small trailer for duct storage? 2. Handling 20" duct, even in 25' sections, will be quite a bit of work and cause workers quite a bit of grief. Have you considered utilizing a chiller on the trailer, with a remote evaporator coil/fan that can be wheeled to the building, with just two glycol hoses running to/from the trailer? If this option is acceptable, may we submit an alternate quote utilizing this design? Answers (Part 3): 1. The unit, generator, and all needed ducting and cords must be stored on the trailer. We would welcome a proposal that presents both options of uninsulated and insulated ducting. 2. At this time, we intend to proceed with a package unit, but we would welcome any additional ideas that you think might better fulfill our needs. FOB: Destination for delivery to: BASE SUPPY OFFICER: Mr. Claudio Sotelo 47 TW/LGRDCI, Receiving Section, Laughlin AFB, TX 78843. Contractor shall submit estimate delivery time with proposal. The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. This solicitation will be an all or none Award. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases(Deviation); FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following provisions and clauses apply to this acquisition: FAR 52-211.6 Brand Name or Equal; FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.223-11 Ozone-Depleting Substances; FAR 52.223-12 Refrigeration Equipment and Air Conditioners; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.O.B. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 252-6 Authorized Deviations In Clauses; FAR 52.253-1 Computer Generated Forms. The following DFAR clauses are also incorporated by reference: 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7023 Alternate III; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. A firm-fixed Price purchase order will be issued in writing to the successful offeror. No telephone responses will be processed. Please send any questions or quotes to 47 CONS/LGCA, ATTN: TSgt Ronald Hunter, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call TSgt Hunter at (830) 298-5993, send a fax to (830)298-4878. You can email questions and quotes to TSgt Hunter at ronald.hunter@laughlin.af.mi. Quotes are required to be received no later than 4:30pm CDT, Tuesday, 5 Oct 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-OCT-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/USAF/AETC/LaugAFBCS/Reference-Number-FE309942450018/listing.html)
 
Place of Performance
Address: BASE SUPPLY OFFICER MR CLAUDIO SOTELO RECEIVING SECTION 47 TW/LGRDCI, LAUGHLIN AFB TX 78843-5000 TEL: 830-298-5727 FAX: 830-298-4396
Zip Code: 78843-5000
Country: USA
 
Record
SN00688288-F 20041003/041001214636 (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.