Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

41 -- STORAGE FREEZER

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
493120 — Refrigerated Warehousing and Storage
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Terminal Island, 1299 S. Seaside Avenue, Terminal Island, CA, 97031, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ61402-0013-7
 
Response Due
3/12/2007
 
Archive Date
3/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. RFQ-61402-0013-7 is issued as a Request for Quote. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 05-15. This acquisition is a total small business set-aside. The NAICS code for this requirement is 423740, the small business size standard is 500 employees. General Requirements: The Federal Bureau of Prisons, Federal Correctional Institution located at 1299 South Seaside Avenue, San Pedro, California 90731, is requesting quotes for the following items. Schedule of Items: 1. ONE Unit, Indoor expandable walk-in storage freezer, holding - 10/floorless. Overall dimensions: 26' x 34' x 14'. 2. TWO Units, Bohn or equal heavy 6 horsepower, BDT-0601L6 low-temp, air-cooled, outdoor discus units, R-404a, with sight glass driers, pressure controls, crankcase heaters, low ambient fan cycling controls, psc motors, weatherhoods and defrost timers. 3. TWO Units, Bohn or equal BMF-310-3 fan medium profile electric defrost evaporator coils with expansion valves, solenoid valves and thermostats. 4. ONE Unit, hinged access door with light, switch, and dial thermometer, dimensions: 34" x 78" 5. ONE unit, bi-parting access door with light, switch, and dial thermometer, dimensions: 10' x 10' 6. The condensing unit coils for this refrigeration equipment must be electro fin coated for salt water. 5" CFC free foamed in place urethane insulation. Exterior and interior finish to be galvanized steel. Vinyl strip curtain, and inside safety release. We will provide all electrical hookups. This will consist of a 70 amp, 230v, A.C., three phase disconnect box located within 5 feet of each compressor location with 8 feet of wire for compressor hook-up, and a 30 amp, 208v. A.C. electric line with a safety switch and sufficient wire to reach the top center of freezer for evaporator coil hook-up and storage compartment light. All drainage hook-ups, insulation of concrete slab and installation will be the responsibility of the Federal Correctional Institution - Terminal Island. All prices must be quoted FOB Destination. Delivery is required within 45 days of award at the location indicated within. Evaluation Factors: The Government intends to make a single award at the government?s discretion to the lowest-priced technically acceptable offer. Contract Clauses and Solicitation Provisions: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52-252-2, Clauses Incorporated by Reference (Feb 1998); 52-212-4, Contract Terms and Conditions?Commercial Items (FEB 2007); 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (NOV 2006); 52.219-6, Notice of Total Small Business Set Aside (JUN 2003); Convict Labor (JUN 2003); Child Labor Cooperation with Authorities and Remedies (JAN 2006); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-36, Affirmative Action for Workers with Disabilities ((JUN 1998); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); Equal; 52.212-1, Instructions to Offerors?Commercial Items (SEP 2006), 52.212-3, Offeror Representations and Certifications?Commercial Items (NOV 2006); 52.211-6 Brand Name or Equal (AUG 1999); 52.215-5 Facsimile Proposals (OCT 1997). Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the Contracting Officer: 1. The Request for Quote Number (RFQ-61402-0013-7): 2. Schedule of Items with Pricing; 3. Contractor DUNS Number and Taxpayer Identification Number, and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items (Nov 2006). Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Offers are due no later than March 12, 2007, at 3:00 pm, local time. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Correctional Institution, PO Box 269, San Pedro, CA 90733.Hand delivery or express mail to 1299 South Seaside Avenue, San Pedro, CA 90731. Offers may also be faxed to (310) 732-5238. The anticipated date of award is on or about March 19, 2007. This solicitation is distributed solely through the General Services Administrations Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a total Small Business Set-Aside. Point of Contract: Catherine D. Kilfoil, IMS, phone (310) 732-5238, fax (310) 732-5334, Email ckilfoil@bop.gov. Place of Performance: Address: Federal Correctional Institution - Terminal Island, 1299 South Seaside Avenue, San Pedro, CA 90731.
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, 1299 SOUTH SEASIDE AVENUE, SAN PEDRO, CA
Zip Code: 90731
Country: UNITED STATES
 
Record
SN01244480-W 20070308/070306220359 (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.