Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

41 -- ACE 802-329S or equal Air Conditioner

Notice Date
3/15/2007
 
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, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9302-07-R-E017
 
Response Due
3/30/2007
 
Archive Date
6/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Solicitation number is FA9302-07-R-E017. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 and DFARs Change Notice (DCN) 2006-12-19. Standard Industrial Classification (SIC) code is 3585. NAICS is 333415 and the size standard is 750 employees. This acquisition is a 100% small business set aside. Award will be made to the lowest priced offeror whose unit meets the salient characteristics listed below as described in clause 52.211-6 Brand Name or Equal. The 412 TW/ PKD, Edwards Air Force Base, CA is seeking to purchase the following items: Line 1: ACE 802-329S or equal Air Conditioner with a Detroit Diesel Series 40E or equivalent 8.7LTA (Low Temperature After Cooler) TIER2/COM2 Diesel Engine or equal (Quantity 8 Each) Line 2: Air Adapter Kits (Quantity 8 each). The Salient Characteristics for the Air Conditioner are as follows: Must be newly manufactured; Unit must be able to operate in the following modes: Air Conditioning, heating, and ventilating; Unit must be self-contained and trailer mounted with rear dual axles; Powered by Diesel engine with an operation of minimum 272BHP@2400RPM; Compressor operation of 3600RPM, with saturation suction of 45 degrees F. and a saturated discharge of 110 degrees F; Unit must use R-134A Refrigerant; Unit capacity of equivalent to minimum 110 ton; Must operate at Max pressure of 51 in. H2O@3800RPM with a flow rate of 900lb. /Min; Heating capacity must be equivalent to minimum 750,000 BTUs/Hr; Preferred Cooling operations: 600lbs/min total air-36.6 btu/lb; 500lbs/min total air-44.0 btu/lb; 400lbs/min total air-55.0 btu/lb; 300 lbs/min total air-73.2 btu/lb; Unit must be military air transportable; Unit must carry a National Stock Number (NSN); USAF personnel must be able to operate and perform maintenance actions based on already generated military Tech data; Unit must meet all California EPA emission laws as of February 1, 2007; Manufacturer must maintain an ISO 9001 Certified Manufacture qualification as of February 1, 2007; The proposed unit shall use diesel fuel meeting California Air Resources Board specifications; The proposed unit shall not exceed visible emission limitations as outlined by the local district: 1.Greater than Ringlemann 2 or 40% opacity for more than three minutes in any hour is not allowed; 2.Units are required to support weapon systems and will be registered as tactical support equipment (TSE); The proposed units shall not discharge from any source such quantities of air contaminants or other material that would cause injury, detriment, nuisance, or annoyance to any considerable number of persons or to the public or which endanger the comfort, repose, health, or safety of any persons or the public or which cause or have a natural tendency to cause injury or damage to business or property; Installation is not required; Additional Requirements: Units need to be delivered NLT 6 months after receipt of order; Place of delivery and acceptance is Edwards AFB, CA 93524; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination to Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply to this acquisition and are listed in full text: Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Director of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, Phone # 661-277-2006, Fax 661-277-3784. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following provisions and clauses apply to this acquisition and are listed by reference. The full text can be found at http://farsite.hill.af.mil: FAR Clauses: 52.212-1, Instructions to Offerors--Commercial Items; Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 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; and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); Clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. DFARs clauses: Clause 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; and 252.232-7010 Levies on Contract Payments. AFFARs clause: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than Close of Business (COB) 30 March 2007 at 4 pm PST. E-mail address: leonard.buckless@edwards.af.mil.
 
Place of Performance
Address: Edward AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01251851-W 20070317/070315220921 (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.