Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

41 -- Purchase and Install Computer Room Air Conditoning Units

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133W-06-RQ-0872
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. EA133W-06-RQ-0872 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-12. The applicable NAICS number is 541512 and the small business size standard is $23 million. This procurement is set aside 100% for small business. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The U. S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) has a requirement to purchase and install two (2) new 10 ton computer room air conditioning (CRAC) units in accordance with the following: 2 each APC NetworkAir FM Series Air Conditioners?Main Module; Capacity: 35 kW (10-ton); Configuration: Air Cooled; Air Pattern: Upflow Configured; Electric: 460V, 3-Phase, 60 Hz; Reheat: Electric; Humidifier: Steam Canister (Cleanable and/or Replaceable) Standard Features to include: Tandem Scroll Compressors (Provides ?true? Unloading); Direct Drive Motor/Blower Assembly (Bearing Life of 10 ? 500,000 Hrs); Frequency Controlled Motor; Main Power Circuit Breaker; Double Skin Panels (Provides Quiet Operation); Static Regain Plenum to Increase Static Performance; Microprocessor Controller 30% ASHRAE 52.1 Filters; Condensate Pump; Front Only Service Required Air Cooled Remote Condenser ACCD75050; 95 deg F Ambient, 2-Fan, 226 MBH @ 20 TD, FSC, 460/3/60 Optional Features to include: Plenum, 20?, 3-Way; Firestat (Shipped Loose); Smoke Detector (Shipped Loose); Cable Water Detector (Shipped Loose); Spot Water Detector (Shipped Loose) Services: Warranty: 5 Year (Compressor) Warranty: 1 Year Parts, Labor & Travel (All Non-Compressor) Factory Startup Service (Normal Business Hours) 1 each APC InfraStruXure Manager Appliance Centralized management of the APC network-critical physical infrastructure. Includes: Country-specific detachable power cord, Installation Guide, Rack Mounting Brackets. Features: Auto-discovery; Battery status reports; Browser accessible; Building management system integration; Centralized management; Data logging; Encryption; Enterprise management system compatible; Event logging; Fault notification; Global threshold alarms; Inventory reports; Load management; Manage multiple UPSs; Multi-device support; Notification groups; Password security; Power flow diagrams; Private IP network; Rack level management; Rack mountable; Radius support; Read-only access; Recommended actions Remote device management; Scalability; Set-up wizards; 1 each InfraStuXure Manager, 20 Node License Only Installation of the CRAC System to include: To be installed during normal business hours (M-F, 9 am to 4 pm); Mechanical Installation; Electrical connection to existing; Power source to reuse the existing; Rigging to install the new units and remove the old units from the site; Disposal of old systems. Attach to APC communication package (ISX). Desired Delivery Date is 30 January 2007. Delivery and installation of CRAC units shall be at: DOC/NOAA/National Weather Service (NWS) Forecast Office, 732 Woodlane Road, Mount Holly, NJ 08060. A point of contact will be assigned at contract award for the coordination of delivery and installation of the units. The Closing Date and Time for receipt of quotes is 06 September 2006, 3:00 p. m. EDST. Facsimile or email quotes are acceptable and may be faxed to (757) 441-3786 or emailed to Linda.C.Stein@noaa.gov. All responsible sources may submit an offer which shall be considered. Contractors must have a valid Cage Code and DUNS Number and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instruction to Offerors?Commercial Items (Jan 2006). FAR 52.212-2, Evaluation?Commercial Items, (a) The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price. Technical and past performance, when combined, are equal to price. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Jun 2006). Offerors shall include a completed copy of this provision of which copies can be obtained by downloading the documents from http://acquisition.gov/far/index.html, by e-mail request or by calling the agency. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (i) of this provision. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Sep 2005) with the following addenda: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) and FAR 52.252, Clauses Incorporated by Reference (Feb 1998). Full text may be accessed electronically at internet address: http://acquisition.gov/far/index.html. FAR 52.212-5?Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Aug 2006)(a)(b)(1),(2),(5),(9),(14),(15),(16),(17),(18),(19),(20),(24),(31), and (c)(1). Department of Labor Wage Determination Number 1994-2449, Revision Number: 22, Dated: 05/23/2006 applies.
 
Place of Performance
Address: DOC/NOAA/NWS/PHI Forecast Office, 732 Woodlane Road, Mount Holly, NJ
Zip Code: 08060
Country: UNITED STATES
 
Record
SN01123069-W 20060825/060823220349 (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.