Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

41 -- Air Conditioning Units. Must be 220-240V. FMS requirement to be shipped to Israel.

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-05-T-0105
 
Response Due
8/8/2005
 
Archive Date
10/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and 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. This action will be a 100% small business set-aside. The NAICS code for this action is 333415. The combine d synopsis/solicitation number is W91CRB-05-T-0105. Requirement is for CLIN 0001 120 each Air Conditioners, 12,000 BTU, 220-240V 50HZ Split Air Conditioner, Heat/Cool, 5.6 Amps, 1280 Watts, 1.2 Dehumidification (L/pints per hr), LCD Wireless Remote Control . CLIN 0002 Option to purchase up to 120 additional units during the next year. CLIN 0003 175 each Air Conditioners, 18,000 BTU, 220-240V 50HZ Split Air Conditioner, Heat/Cool, 9.4 Amps, 2100 Watts, 1.9 Dehumidification (L/pints per hr), LCD Wireless Rem ote Control. CLIN 0004 Option to purchase up to 175 additional units during the next year. CLIN 0005 47 each Air Conditioners, 24,000 BTU, 220-240V 50HZ Split Air Conditioner, Heat/Cool, 13.5 Amps, 2700 Watts, 2.2 Dehumidification (L/pints per hr), LCD W ireless Remote Control. CLIN 0006 Option to purchase up to 47 additional units during the next year. Options may not be fully exercised and may be purchased in increments. This is a Foreign Military Sales Requirement for the Government of Israel under F MS Case IS-B-BJD. In-country service and support must be available. Contractor to provide service and support locations and contact information Delivery terms are F.O.B. Destination. Items shall be shipped to Government of Israel, Ministry of Defense, G&B Packing Co., 8 Hook Road, Bayonne, NJ 07002-5082. Offerors shall propose firm, fixed-prices that includes shipping. Exact delivery instructions will be provided with the contract. Offerors must provide a delivery schedule with their proposal. Desi red delivery is 45 days ARO, however, offerors are encouraged to propose alternate delivery schedules if complete delivery cannot be met. Partial shipments are acceptable, however, shipments shall be consolidated as much as possible. The provision at 52. 212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation  Commercial Items applies to this acquisition. Contracting Officer shall make a best value award decision based on the following evaluation fact ors: Price and delivery schedule. Award will be made to the offeror that provides the best delivery schedule for the best price. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this ac quisition. Additional FAR clauses cited in this clause are applicable: (5) 52.219-6; Notice of Total Small Business Set-Aside; (7) 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; (14) 52.222-3, Convict Labor; ( 15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, (19) 52.222- 36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (25) 52.225-13, Restriction on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Cent ral Contractor Registration (May 1999); (34) 52,239-1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-7000, Offeror Represe ntations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.212-7001 applies to this acquisition. Additional clauses that apply to this acquisition: 52.211-17, Delivery of Excess Quantities; 52.246-1, Contractor In spection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 52.246-15 Certificate of Conformance (Apr 1984), 252.204-7004 Required Central Contractor Registration. 52.247-34 FOB Destination. The full text of the FAR and DFARS references may be a ccessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 8 August 05, no later than 8:00 AM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-U (Debbie Morrow), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they will be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (C CR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Debbie Morrow, Contract Specialist, phone (410) 278-2509 , fax (410)306-3848, or email debra.morrow@us.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00856985-W 20050730/050728212509 (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.