Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

72 -- Hot Water Heaters

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
335228 — Other Major Household Appliance Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-05-T-0050
 
Response Due
2/15/2006
 
Archive Date
12/31/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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 solicitation is unrestricted. NAICS Code 335228, size standard 500 employees. A firm fixed-price contract is contemplated. Award will be all or none basis. Solicitation Number N68836-06-T-0050 applies. Item 0001 ? Quantity: 275. Hot Water Heater. Residential type. Electric. 40 gallon. Minimum Energy Factor is .92. Standard 240V element wattage is 4500. Maximum 240V element wattage is 6000. Minimum R value is 16. Maximum diameter is 18 inches. Four (4) ports on top. Minimum first hour rating GPH is 52. Minimum recovery in GPH at 90 deg rise is 21. The Rheem Professional Model RHEH PRO40-2 and AO Smith ProMax Model ECT-40 and AO Smith Model EEST-40-J202172000 are known to meet or exceed required specifications. Item 0002 ? Quantity: 200. Hot Water Heater. Residential type. Electric. 80 gallon. Minimum Energy Factor is .86. Wattage Upper 450/3380, Lower 4500/3380. 240/208 volts AC only. Four (4) ports on top. Minimum R value is 16. Maximum diameter is 24 ? inches. Minimum recovery in GPH at 90 deg rise is 21. The AO Smith ProMax Model ECT-80 and Ruud Pacemaker PE2-80-2 and Rheem Solaraide Model 81VR80TC-1 are known to meet or exceed required specifications. This is not a brand name specific requirement. Delivery: within 30 days after receipt of order. Shipping point: Key West Florida. To be considered for award, offeror?s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov 2) Central Contractor Registration at http://www.ccr.gov. Awardee must be registered at Wide Area Work Flow at https://wawf.eb.mil for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.204-7 Central Contractor Registration; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial Items; 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 to include 52.203-6, 52.222-19, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, and 52.232-33; 52.233-2 Service of Protest. The following DFARs provisions and clauses apply to this acquisition: 252.204-7004 Central Contractor Registration Alternate A; 242.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7036 Buy American Act ? Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252-243-7001 Pricing of Contract Modifications; 252-247-7022 Representation of Extent of Transportation of Supplies by Sea. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest priced offeror. Evaluation factors are 1) Technical Capability (capability of the contractor to meet the requirement) 2) Cost/Price 3) Past Performance. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government will assess each offeror?s past performance. The assessment will be an unbiased judgment about the quality of an offeror?s past performance. The Government will assess the offeror?s past performance of (1) Quality of Product or Service (2) Schedule (3) Cost Control (4) Business Relationships. Past Performance Evaluation Sheet attached. Cost/Price will be evaluated for realism. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications 7) Sufficient technical information to evaluate for specification compliance. Proposal must be received no later than 15 February 2006 at 10:00 am EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097 or fax to 904-542-1098. This procurement is being processed under the authority of the test program for commercial items Section 4202 of the Clinger-Cohen Act of 1996.
 
Place of Performance
Address: Naval Air Station, Key West, Florida
Country: United States
 
Record
SN00979278-W 20060204/060202212857 (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.