Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

41 -- Chiller

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-06-T-0337
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal as being requested and a written solicitation will not be issued. RFQ N00189-06-T-0337 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The FSC is 41, the NAICS code for this requirement is 423730. The Contracting Department at FISC Norfolk intends to purchase on a full and open competitive basis the following item: 0001, 1 each, Brand Name or Equal to Trane, 100 Ton, Air Cooled Helical rotary Chiller, Model #RTAA-100. Salient characteristics: Replacement chiller that will interface with the existing Johnson Controls Metasys DDC System. The replacement system will require a conduit run for the LON wire from chiller to the DDC control panel. The unit requires 460 volt/60 hertz/3 phase electrical connections. The unit must comply with efficiency requirements of ASHRAE Standard 90.1-1999 and CAN/CSA C743-02. Because of the need for form and fit, the unit shall fit on the existing cement pad that measures 234? x 90? and work in conjunction with the existing 140 Ton Trane Chiller already installed at the facility. Installation of the unit will include all necessary services to install and interface the unit. Installation shall also include all materials for piping, wiring of new unit to existing building structures and interface as described, as well as demolition of the old chiller that is being replaced. Definition and specifications of LON: LonWorks is a networking platform specifically created to address the unique performance, reliability, installation, and maintenance needs of control applications. The platform is built on a low bandwidth protocol created by Echelon Corporation for networking devices over media such as twisted pair, powerlines, fiber optics and RE. It is popular for the automation of various functions within buildings such as lightIng and HVAC. Manufacturers in a variety of industries including building, home, transportation, utility, and industrial automation have adopted the platform as the basis for their product and service offerings. To date, thousands of companies have built products and applications on top of the platform, performing such diverse functions as embedded machine control, municipal and highway street lighting, heating and air conditioning systems, intelligent electricity metering, subway train control, stadium lighting and speaker control, security systems, fire detection and suppression, and newborn location monitoring and alarming. The platform has its origins with chip designs, power line and twisted pair signaling technology, routers, network management software, and other products from Echelon Corporation. In 1999 the communications protocol (then known as LonTalk) was submitted to ANSI and accepted as a standard for control networking (ANSIJEIA7O9.1-B). Echelon?s power line and twisted pair signaling technology was also submitted to ANSI for standardization and accepted. Since then, ANSI/E1A709. I has been accepted as the basis for IEEE 1473 -L (in-train controls), AAR Electro-pneumatic braking systems for freight trains, IFSF (European petrol station control), SEMI (semiconductor equipment manufacturing), and in January 2005 as prENl49O8 (European building automation, preliminary standard). The protocol is also one of data link/physical layers of the BACnet ASHRAE/ANSJ standard for building automation. The LonWorks platform also has an affiliated 11, tunneling standard, EIA-852, in use by a number of manufacturers to connect the devices on previously deployed and new LonWorks based networks to IP aware applications or remote network management tools. The ANSI/EIA7O9. 1 standard document is available from ANSI and reference implementations are available online for porting the protocol to a variety of processors. Alternatively, microchips that have the protocol logic hard-wired in are available from a number of suppliers either as stand-alone integrated circuits (IC) or as a combined integrated circuit/transceiver. In Lonworks these IC?s are known as ?Neurons?. Ship To: Naval Optthalmic Support and Training Activity, 160 Main Road, Ste 350, Yorktown, VA 23691-9984, Attn: John Nickerson. This requirement will be procured in accordance with the procedures under FAR 13-5. Delivery is required 45 days after receipt of the contract. In accordance with FAR 52.212-2, All quotes will be evaluated based on the lowest price. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, Total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by 12 September 2006, at 16:30, or 4:30 P.M. Offers can be emailed to fannie.richardson@navy.mil or fax to (757) 443-1424.
 
Record
SN01135493-W 20060908/060906230455 (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.