Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOLICITATION NOTICE

41 -- Drop-In A/C & Heating Units

Notice Date
7/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
336391 — Motor Vehicle Air-Conditioning Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
VC0097-05
 
Response Due
7/20/2005
 
Archive Date
8/4/2005
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote being requested. Solicitation Number for this quote is VC0097-05, this solicitation is issued as a Request for Quote (RFQ). This RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-04. NOTICE: The North American Industry Classification System (NAICS) is 336391. UNICOR, Federal Prison Industries, Inc., intends to enter into a five (5) year firm-fixed price requirements type contract for evaporator kits to be installed in drop-in units being up fitted by Federal Correctional Institution UNICOR) Bastrop for Government agencies. This is an ?ALL OR NONE? Requirement for the following: Line item: 0001, evaporator kit for drop in AC unit. This air conditioning/heating system shall consist of the following elements: 1. heater evaporator coil and duel scroll blower to be housed in a 16 gauge aluminum housing (with 18 gauge steel fascia) measuring 6.56? fore and aft 21.61? wide (excluding hose covers) and 17.78? tall. 2. Air shall be drawn from two sources. A gaurded return-air opening and provision for introducing approximately 10% fresh (outside) air. 3. A heat exchanger to be constructed of 3/8? copper tubing, aluminum fins and steel header plates with aluminum fins, and steel header plates a minimum of 36 passes for cooling and 12 passes for heating. 4. A duel shaft permanent magnet blower motor must provide a minimum life expectancy of 10,000 hours. Air discharge from the blower will enter detention module through a protective grill consisting of ?? diameter holes in 18 gauge steel. 5. two (2) ton capacity thermal expansion valve. 6. Connecting heater hoses and refrigrant hoses to be concealed. In 18 gauge steel protective covers bolted directly to the heater-evaporator housing. 7. An aluminum condensate drain pan to collect condensed water. 8. A durable ?? drain hose to direct water away from the detention module. 9. A system to minimize air induction into the system through the drain hose. Same system must permit the development of a column of water of sufficient height to periodically drain condensate pan. 10. A control system to permit the driver to control the detention module heater-air conditioner from the cab of the vehicle. The control system must include a park-module feature whereby all refrigerant is directed to the auxiliary system. Essential components include a refrigerant solenoid valve control panel and wiring. 11. Heater water supply connections (in and out) will use a female insert ?O? ring (straight) thread size ??-16, barbed heater refrigerant hose fitting. Special packaging requirements: Minimum marking requirements to include manufacturers name applicable ATSM designation weight UNICOR purchase order number, stock number and material identifications. Marking must be legibly noted on top of the each lift shown on a tag attached to each shipping unit, product must be protected from moisture. The components as listed above make up the specified requirements for one (1) evaporator kit unit. Estimated Quantity 3,000 Each. Line item 0002: (1) 5/16" A/C barrier hose, 25' long #6. One (1/2") A/C barrier hose, 25' long #10 A/C hose kit. This kit consists of the following components: (2) 5/8" heater hoses (in two 25' sections). (1) 14" high peformance cooling fan,"1000 CFM at 0.3 , inches of water 12V 5. (1) 90? 5/16" (#6) male "O" ring fitting (A/C unit high side)0.315 ID DIAMETER cross-section O-Ring. (1) 90? 1/2" (#10) male "O" ring fitting (A/C unit low side) 0.5905 ID diameter cross section O-Ring . (2) 90? 5/16" (#6) FEMALE "O" Ring fitting (dryer unit) 0.315 ID diameter cross section O-ring. (1) Dryer unit W/verticle side glass 5/16" (#16) male insert "O" Ring fittings (W/BRACKET). (1) heater control valve-vacuum to close W/5/8" hose fittings-vacuum port size 3/16" (W/10" of 3/16" "TYGON" HOSE). (2) "WYE" SPLICES-5/8" (ALL FITTINGS W/REQUIRED "O" RINGS). (1) FEMALE "O" RING 90?-#6,0.315 ID diameter cross section ?O? Ring. (1) female "O" Ring 90?-#10, 0.5905 ID diameter cross section ?O? Ring. (1) package of all mounting hardware (hose clamps, screws, bolts etc.). Right hose cover. Left hose cover. Bottom hose cover. Vacuum hose 4'. Heater hose clamps (10 EACH). Vacuum ?T" . Condenser bracket top (2 EACH). Condenser bracket bottom (2 EACH). Heater fittings (2 EACH). Fan mounting hardware. ?O? Ring package (ASSORTED). Estimated Quantity 3,000 each. Line item 0003: Ford, A/C, LINE, SPLICE, KIT. The ford fitting kit to be used in conjunction with a heat/cool auxiliary evaporator kit and an A/C hose kit for mounting on a ford vehicle shall consist of the following: 1. Accumulator Ford. 2. Solenoid valve. 3. Fitting male spring lock 90. 4. Fitting female spring lock. 5. #6 90? FE 0-RING fitting (2 EACH). 6. Clamp ford. 7. #6 A/C hose 6'. 8. control panel assembly to include: Knob; blower switch; toggle switch (2 each); wire harness; relay; bracket mount switch; decal rear air; nut switch. Electrical sack kit Ford to include: Relay (2 each); breaker 30 AMP; Breaker 40 AMP; Wire harness to unit; Wire harness Ford; Controller. Above components must all be included to make one (1); A/C line fitting kit for a Ford Vehicle. Estimated Quantity 3,000 Each. Line Item 0004: GM, A/C, Line, Splice, kit the GM fitting kit to be used in conjunction with a heat/cool auxiliary evaporator kit and an A/C hose kit for mounting on a GM Vehicle shall consist of the following: 1. Accumulator 2. Solenoid Valve. 3. Tube orifice and orifice. 4. #8 90? M 0-RING. Fitting. 5. #8 90? F 0-RING fitting. 6. #6 90? F 0-RING fitting (2 each). 7. Tube evaporator. 8. #6 A/C hose 6'. 9. Control panel assembly to include: Knob; blower switch; toggle switch (2 each); Wire harness; Relay bracket mount switch; Decal rear air; nut switch. 9. Electrical sack kit to include: Relay (2 each); Breaker 30 AMP; breaker 40 AMP; Wire harness to unit; Wire harness GM; controller; above components must all be included to make one (1); A/C line fitting kit for a GM vehicle. Estimated Quantity 3,000 Each. Required delivery is sixty (60) business days after receipt of delivery order to Federal Correctional Institution, Federal Prison Industries, 1341 Highway 95 North, Bastrop, TX 78602; with Federal Correctional Institution, Federal Prison Industries, Texas Highway 20, 2 Miles South of Anthony, Anthony, TX 79821, telephone (915) 886-6600 and Federal Correctional Institution, Federal Prison Industries, Highway 72 West, Three Rivers, TX 78071, telephone (361) 786-3576 to be added at a later date. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through five (5) years thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI, Bastrop, TX, and Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be George Pena (Bastrop, TX); David Gnushke (Three Rivers, TX); and George Arispe (LaTuna, TX). All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, 1341 Highway 95 North, Bastrop, TX 78602, (512) 321-3903. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract sixty (60) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of one (1) pair per delivery order and a maximum delivery order of three hundred (300) pair per delivery order. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance, price and technical when combined are all equal. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. FAR 52.204-7 Central Contractor Registration applies. FAR 52.204-8 Annual Representations and Certifications applies. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Also, All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number VC0097-05, fax your offer to (202) 305-7365 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Wednesday, July 20, 2005, 2:00 p.m., Eastern Standard Time.
 
Record
SN00841265-W 20050707/050705211733 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.