Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
MODIFICATION

J -- Replace 13 Fan Coils Bldg 287

Notice Date
2/16/2006
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
Reference-Number-F3M3CE6006A100
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Point of Contact
Paula Smith, Contract Specialist, Phone 910-394-6304, Fax 910-394-6279, - Cynthia Williams, Contract Specialist, Phone (910) 394-6276, Fax (910) 394-6279,
 
E-Mail Address
paula.smith@pope.af.mil, cynthia.williams@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3CE6006A100 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Federal Acquisition Circular 05-08. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 238220, and the small business size standard is $12,000,000. (v) This requirement consists of one Line Item: Replacement of Fan Coils and associated wall-mounted thermostats. Quantity: 13. (vi) Description: Replacement of 13 EA Fan Coils and assciated wall-mounted themostats in accordance with Statement of Work. PURPOSE: Replace 13 inoperable fan coil units with new units and replace associated wall thermostats. SCOPE: The contractor shall: 1.Drain all the water out of water units for all three floors of the building 2.Remove and dispose of 13 fan coil units that will be identified by the CES point of contact. 3.Furnish and install isolation valves for each of the 13 units, refill the system and bleed excess air this will allow the remainder of the building to operate while the new units are being installed. (Be sure to shut off isolation valve) 4.The contractor shall furnish and install (5) Fan coil Air Conditioners UniTrane model FCJB0401J OR equal ---Tag(s) Right hand connections. and (8) model FCJB0401K OR equal ----(Tag)s left hand connection, to include all piping fittings, valves pipe insulation and electrical wiring to connect to the existing utilities. 5.Furnish and replace existing 13 wall mounted thermostats with 13 new wall-mounted thermostats compatible with installed fan coils. 6.Start up and insure proper operations of the 13 fan coils and 13 wall-mounted thermostats with Gov Technical POC present. Specification on required equipment: Wall – mounted zone sensor module OALMH fan mode switch & set point dial (Fld) thermostat 13 Fan coil Units composed of: Vertical slope top, Size040, 114n60/1ph, Front bar grille return, Manual fresh air damper w/back opening, Top bar grille supply, Free discharge fan motor, 4 row heating/cooling coil, Manual air vent, 144 fins per foot, With disconnect switch, 1” throwaway filter, 3 way, 2 position, normally closed (28 psig) cooling valve –Cv=1.5, Without auxiliary control valve, Deluxe ball valve (supply) & manual circuit setter return, Tracer ZN 010, WORKMANSHIP: All work must conform to all local, state, and federal codes and requirements that are common to this trade. WARRANTY: The contractor will guarantee all workmanship for a period of one year from completion of work, equipment normal factory warranty will apply. The contractor is responsible for any damages caused to government facilities. WORKSITE CLEAN UP: The contractor is responsible for returning the work site and surrounding area to the condition in which they were found. The Contractor is required to properly dispose of all materials/parts. The contractor will be responsible for returning the work site to the conditions it was found. PERFORMANCE TIME: The Period of Performance is 30 calendar days after procurement of materials. Time allotted for procurement of materials is 30 days after date of contract award. For a total of 60 days for the period of performance. The contractor shall contact the government technical POC to coordinate the facility availability/schedule once materials are procured for performance of work. WORK HOURS: 7:00 AM – 4:30 PM (Sat/Sun Included). Note: Contractor shall be responsible for procuring all proper passes for work on Pope AFB and should coordinate with Fort Bragg MP’s if they will be coming through Fort Bragg. The Contractor shall dispose of all discarded units in accordance to codes and regulations applicable to this trade. A SITE VISIT is scheduled for 15 Feb 2006 at 1000 am and will be held at Bldg 287. Interested parties should confirm attendance via e-mail or phone to 1Lt Paula Smith at paula.smith@pope.af.mil (910)394-6304.(vii) Delivery is requested no later than 30 days from date of contract award. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application – ORCA – at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (22-24) and (31). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 17 Feb 2006, 1:00 PM EST. (xvii) The assigned contract specialist is 1Lt Paula Smith, and can be reached at 910-6304 or email paula.smith@pope.af.mil. You may fax your quotes to 910-394-6279. Direct any questions to 1Lt Paula Smith at the number above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2006); 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.fbo.gov/spg/USAF/AMC/43CONS/Reference-Number-F3M3CE6006A100/listing.html)
 
Place of Performance
Address: 1443 REILLY STREET, SUITE C POPE AFB, NC
Zip Code: 28308
Country: USA
 
Record
SN00990280-F 20060218/060216215500 (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  © 1994-2020, Loren Data Corp.