Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2005 FBO #1472
SOLICITATION NOTICE

41 -- CHILL WATER UNIT RENTAL

Notice Date
10/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-06-Q-0014
 
Response Due
11/7/2005
 
Point of Contact
Alfredia Rich-Murphy, Contract Specialist, Phone 757-396-8350, Fax 757-396-9895, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
richmurphyap@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 13 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 A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number N00181-06-Q-0014 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 333415 with a standard size of 750 employees. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for Rental of a Chill Water Unit per following specifications: GENERAL SPECIFICATIONS: 1. Chill Water Unit must be at least 170 Ton Capacity Rotary Chiller 2. Chill Water Unit must be Dual Circuit (2 x 85 Ton Compressors) 3. Unit must be a complete system with integrated backup system. 4. Unit must have a footprint no larger than 16’ lg x 8’ wide x 8’ high 5. Unit shipping weight must not be greater than 12,000 lbs. 6. Must be air cooled. 7. 460 (V), 60HZ, 3 phase, 340A 8. Must be capable of operating 24 Hours a day Seven (7) Days a Week 9. Inlet and Outlet of Unit to be 2-1/2” Male NPT (Contractor provide adapters to suit) 10. Equipment to have weight stenciled on it. 11. Equipment to have padeyes for crane movement. 12. Unit must be free standing and have forklift slots (capable of being moved with a forklift). 13. Unit to be equipped with Inlet and Outlet Temperature Gages. 14. Unit to be equipped with Flow Indicating Device. 15. Evaporator must be capable of delivering a leaving temp of less than 40 F. 16. Condenser must be capable of operating in a wide ambient temperature range (0-125 F) 17. Unit must have HACR rated circuit breaker(s) for incoming line(s) 18. Unit must have a 65,000 amp short circuit rating 19. Unit must have a DynaView Operator Interface NOTES: 1. Please see Amendment No. 1 on www.fedbizopps.gov which contains attachments containing Contractor’s Responsibility; Government Responsibility; Options; Additional Notes; and Requirements for Lifting of Equipment. 2. Any noted ambiguities in the ordering data or specifications, or requests for clarification, shall be submitted to Alfredia Rich-Murphy, Contracting Specialist, Code 532.5C in writing via fax number 757-396-9895, prior to the time and date established for receipt of offers. 3. The offered pricing shall be based on a thirty-day calendar month. 4. The Government reserves the right to return equipment to the contractor prior to the expiration of the established rental period or extend the rental period in monthly increments. Rental rates shall be pro-rated, as applicable. 5. Offeror shall provide spec sheets for equipment offered that is other than detailed in equipment specifications. 6. All offered equipment under rental by Norfolk Naval Shipyard shall be prominently marked: Under Rental by NNSY, Contract No.____________. 7. Technical Points of Contacts shall be provided in the contract. 8. The Awardee shall supply Code 532.5C, Alfredia Rich-Murphy with a copy of the DELIVERY AND PICK-UP tickets inclusive of NNSY’s sign-off. Make, model and serial number(s) of equipment shall be clearly identified. 9. The Awardee shall be responsible for picking up the unit(s) not later than twenty-four hours after expiration of the established period of performance. In the event that Government personnel request an extension of the rental period or advise that the equipment is not available to the contractor for pick-up, contractor shall notify the Contracting Officer IMMEDIATELY. A name and phone number of the person responsible for the delay and/or extension request shall be provided to the Contracting Officer. Failure to provide timely notice to the Contracting Officer will result in alleviating the Government from any further liability of rental charges. EQUIPMENT CONDITION/MAINTENANCE 1. New or used equipment may be provided. The Government reserves the right to inspect the proposed equipment prior to contract award. 2. The rental equipment will be used for industrial applications. Units will be exposed to everyday weather and saltwater air. It is the contractor’s responsibility to provide any protective coverings for the equipment. 3. All equipment shall be skid-mounted with side forklift pockets, overhead lifting eyes, maximum weight prominently marked on unit. 4. The awardee shall provide all parts requiring repair or replacement under circumstances of normal wear and tear at no additional cost to the Government. 5. In the event it is necessary to remove any equipment from the shipyard to the contractor’s facility for repair and or replacement, the contractor shall be solely responsible for loss or damage of said equipment from the time the equipment is taken into possession by the contractor until such time as it is returned to the Government work site. The repaired or replaced equipment shall be equal in all specifications to that equipment set-forth in the contract and shall be returned to the Government within twenty-four hours. All deliverables shall be FOB Destination to Commanding Officer, Nuclear Power Training Unit, 1260 Snow Point Road, Goose Creek, SC 29445-8612, USN 68898. Delivery is required on or before 23 January 2006. The rental period shall be from 23 January 2006 to 01 May 2006. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 01-24 and the latest Defense Federal Acquisition Regulation Supplement. The following apply: FAR 52.212-1, 52.212-2 Evaluation - Commercial Items (price and past performance are equally important on evaluation), 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 18, 19, 20, 24(i)(ii), 26 and 31. ADDENDA: DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001, 252.225-7021, and 252.225-7036 IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. REQUIREMENTS FOR ACCESS TO THE DELIVERY LOCATION WILL BE ESTABLISHED IN THE CONTRACT. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) Cage Code; 6) All completed certifications as required herein. All responses must be received by 7 Nov 2005; 4:30 PM, Local Time and shall reference solicitation no. N00181-06-Q-0014. Questions/responses relative to this solicitation may be faxed to (757)-396-9895 or 8503. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-OCT-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-DEC-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00189A/N00181-06-Q-0014/listing.html)
 
Place of Performance
Address: FISC - NNSY MARITIME INDUSTRIAL BRANCH HAMPTON ROADS DIVISION CONTRACTING DEPARTMENT BLDG 1500, 2ND FLOOR PORTSMOUTH, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN00945147-F 20051207/051205213056 (fbodaily.com)
 
Source
FedBizOpps 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.