Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

41 -- Filtrine Chillers

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025306T0251
 
Response Due
9/28/2006
 
Archive Date
10/15/2006
 
Description
0925 06 98345 41 N00253 Naval Undersea Warfare Center Keyport, 610 Dowell Street, Keyport, WA 41 Chiller (for test stands) N0025306T0251 082605 Nicky J Champion 360.396.5679 Attn: Acquisition Division Code 182 Bldg 944, 610 Dowell Street, Keyport WA 98345-7610, FAX 360.396.7036 Naval Undersea Warfare Center Division Keyport is contemplating award on a sole source purchase order for three (2) Filtrine re-circulating loop chillers Model PCP-750S-98A-WP to Filtrine Manufacturing Co., Keene, New Hampshire. Dealers are encouraged to respond. This requirement is being issued as a Combined Synopsis/Solicitation for Commercial Items in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-06-T-0251. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-12. The applicable NAICS code for this requirement is 333415 and has a size standard of 750 employees. Our requirements are: CLIN 0001: Two (2) ea of Filtrine Closed Loop Chillers Model PCP-750S-98A-WP with the capacity to remove 70,000BTU/hr while re-circulating glycol liquid at 60 degrees F in an ambient of 90 degrees F. Chiller as called out in Model PCP-750S-98A-WP with following (1) optional pump 25 gpm @ 75 psi (2) (2) ea dial thermometer (3) (2) ea pressure gauge; (4) auto fill; (5) low flow indicator (6) low pressure indicator: (7) low level indicator: (8) Nema 4; (9) Drain solenoid with timer (10) Filter 40 micron; (11) Filter: carbon; (12) Air in Rear, Out top. The application for these chillers is for cooling of test stands, liquid to be cooled is glycol, required outlet temperature it 60 degrees F, power supply 460/60/3. These are direct replace parts, new equipment will be installed to preexisting electrical and plumping. Required delivery to be on or before 15 December 2006. Offers shall be FOB Destination to NUWC DIV KEYPORT DET PACIFIC Pearl Harbor Torpedo Division 15th St West Loch NB Bldg 440 Ewa Beach, HI 96706-3381. Inspection/Acceptance at Destination. The following clauses apply to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation-Commercial Items. Evaluation for this requirement shall be: price. FAR 52.212-3 Offerors Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.233-4 Applicable Law for Breach of Contract Claim. The following DFARS clauses are applicable: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing of Contract Modifications, and DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. Offers! shall complete all required documents for the above clauses. To access the provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. The following are the applicable FAR clauses within 52.212-5: FAR Clauses: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The follow are the applicable DFARS clauses within 252.212-7001 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Alt III Transportation of Supplies by Sea. Quotes/Offers are due no later than 28 September 2006 0800 hours Pacific Time. Contractors interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all Representations and Certifications, DUNs Number information, and Buy American Act information found in the above clauses. Contractors shall ensure current registration in the DoD Central Contractor Registration database http://www.ccr.gov. Any questions should be submitted in writing via the fax number provided above or e-mailed to nchampio@kpt.nuwc.navy.mil. A bidders list will not be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time established may render an offer non-responsive and result in rejection. The following Note(s) apply to this order. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within seven days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Record
SN01154077-W 20060927/060925221042 (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.