Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

66 -- CHILLER

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2KBAD7030A001
 
Response Due
3/1/2007
 
Archive Date
3/16/2007
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 333415, Size Standard 750 employees. Solicitation/Purchase Request number F2KBAD7030A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15 effective 12 Feb 2007. The Government intends to award 2 (two) contract line item numbers (CLINS) as follows: CLIN 0001: (1 each) M150 STD 230 / 60 PD2 RS232 to include (ThermoFisher Item number 266116042000 or equivalent): Heat removal capacity: 5045 watts (17,219 BTU / HR) at + 20 C ambient Standard Temperature range +5 C to +35 C Stability: (-,+) 0.15 C Ambient Range: +10 C to +35 C Pumping Capacity (60HZ) : (PD-2) 3.4 gpm at 60 psi / 12.9 lpm at 4 bar Built in user adjustable pressure reducer / flow controller located at rear of chiller. Viewable 0.5 gallon / 1.8 liter polyethylene reservoir. Plumbing: ?? FPT Inlet / Outlet Fittings Includes two ?? and two 3/8? hose barb adapters Air cooled refrigeration condenser Air Intake Requirements: 755 CFM Refrigerant type: R-404A Front panel recalculating fluid pressure gauge Microprocessor-based digital temperature controller with: Seamless moisture resistant keypad with 4 digit LED display User selectable display resolution of 1 C or 0.1 C User adjustable Low Temperature safety with audible / mutable alarm User adjustable High Temperature safety with audible / mutable alarm User selectable safety warning or fault Unit equipped with Communications Package RS-232 Computer Interface 12-24 volt AC or DC remote start / stop Status relay dry contact Remote Probe Interface Physical requirements: 30 ?? x 21 ?? x 28 5/8? 74.6 x 54.0 x 72.7 (cm) Power Requirements: 200-230 volt / 60 Hz or 200 volt / 50 Hz Maximum current: 20 amps Plug Type: L6-30P Power Cord: 9 feet / 2.75 meters Certifications: UL Listed to UL-3101-1 and Certified to CSA-1010.1 CLIN 0002: Shipping and Handling DESIRED DELIVERY DATE: March 22, 2007 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications ? 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. [in paragraphs (b) and (c) the following clauses apply 52.222-3; 52.222-19; 52.225-13, 52.232-33] FAR 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 Central Contractor Registration DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7001, 252.232-7003, 252.247-7023] 252.225-7000 Buy American ? Balance of Payments Program Certificates. Local Statements: Warranty-Supplies: Items offered are warranted for a period of ___________ against defects in workmanship and materials. Warranty begins upon ___________. NOTE: Offeror, if other than manufacturer, hereby certifies by submission of an offer that all terms and conditions of the manufacturer?s warranty are transferable to the Government. Specifications are provided for items solicited. Offerors must provide technical literature / documentation for items offered for technical evaluation. No further request will be made for this information and failure to submit may result in your offer being eliminated from award consideration. Award will be made relative to best overall value. Best value may include, but is not limited to: Past performance, technical capability, quality, trade-in considerations, probable life, warranty, maintainability and price. Offers must meet minimum specifications but offers which exceed minimums may be rated more favorably. The government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Offerors: Respond the entire request; it contains important information used to evaluate quotes. Failure to include all required documentation / information may render your offer nonresponsive. Offer, fill-ins, agreements, published price lists, technical literature, ect, may be sent to Ms.Figen Long, phone 505-846 4571, fax 505-846 2150 or e-mail figen.long@kirtland.af.mil. Please reference the RFQ number on all documents. Please submit a copy of your published price list to support prices quoted. DUNS Number:_____________________ Cage Code:_________________________ Tax Payer ID Number:_____________________ Proposed Delivery Date Is________________________After receipt of order. Prompt payment Discount terms_______________. Vendor E-Mail Address________________________________ Vendor Point of Contact________________________________ All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All offers are due no later than March 01, 2007 (Mountain Standard Time) 1200am. Offers may be mailed to 377 CONS/LGCA, ATTN: Ms. Figen Long, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB NM 87117-5606, emailed to figen.long@kirtland.af.mil, or faxed to (505) 846-2150 ATTN: Ms. Figen Long ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 2000 WYOMING BLVD. SE, BLDG.20604, ROOM B-22, KIRTLAND AFB, NM
Zip Code: 87121
Country: UNITED STATES
 
Record
SN01236767-W 20070224/070222220608 (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.