Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

41 -- TWO (2) WATER CHILLERS

Notice Date
5/23/2007
 
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, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4FBFN7122A001
 
Response Due
6/7/2007
 
Archive Date
6/22/2007
 
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 FAR Subpart 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. This Solicitation No. FA8601-07-T-0046 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. This is a Small Business Set-Aside. Non-manufacturing rule does not apply. This requirement is for TWO (2) WATER CHILLERS , consisting of the following salient features. SIC Code 3585, NAICS Code 333415, Size Standard 750 Employees General description for the two (2) water chillers: 1. General: AFRL/MLLP has a requirement for two water chillers that will be needed to provide cooling capacity for operational lab equipment. The lab equipment requiring chilled water includes a shaker table amplifier and a fatigue machine with a clam-shell furnace system. The equipment will be installed on the ground floor of Building 71 Room 304-1. This room has a concrete floor and no modifications to the physical structure of the room will be required other than the creation of wall holes to provide passage of the cooling water tubes. The requirements for the water chillers are As follows: 11. Basic Requirements: a. Capability to provide cooled water to test equipment at a minimum feed rate of 10 gallons per minute b. Compressor should have a minimum cooling capacity of 50,000 BTU/hr c. Power for the chiller should be 220V 3 phase wiring d. Refrigerant type should be R-22 e. A high efficiency cooling system is required -meaning a minimal water storage tank. Storage tank size should be no larger than 5 gallons f. Chilled water temperature stability should be (plus/minus 1 degree F) 111. Required Optional Equipment: a. Maintenance plan (semi-annual) -1 year for each chiller b. Water filter housing with filter for each chiller c. Spare filter for each chiller d. Low Coolant early warning float system for each chiller e. RS-232 communications capability for computer controlled operation for each chiller f. Face mounted pressure gauge for each chiller g. Gallon of corrosion inhibitor for each chiller IV. Installation/Testing/Acceptance a. Installation, testing and acceptance shall be performed by government and/or government sponsored contractors in Bldg 71 Rm 304-1 b. Final acceptance testing on-site by AFRL/MLLP to ensure above specification requirements are met. V. Warranty: One year parts and labor from date of delivery. Delivery is to be FOB destination. Please quote your earliest delivery The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation, Commercial Items, award will be based on overall best value to the Government; FAR 52.212-3 and Alt I, Offeror Representations and Certifications? Commercial Items; 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; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7 Central Contractor Registration FAR 52.219-6 Alt I, Notice of Total Small Business Aside FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Co-operation with Authorities and remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Feb 1984) FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1 Buy American Act?Supplies FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill-ins http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, The following DFARS clauses and provisions apply to this acquisition: DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2001)Deviation DFARS 252.225-7000 Buy American Act--Balance of Payment Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.204-7003, Control of Government Personnel Work Product. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote the quoter 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. The quoter also must be registered in ORCA (Online Representations and Certifications Application) prior to award OR must include a copy of FAR 52.212-3 Representations and Certifications prior to award. Both CCR and ORCA can be located at http://www.bpn.gov/. FAR 52.212-3 can be found at http://farsite.hill.af.mil/vffara.htm Point of contact is Kurt Lovmark 937-522-4509. Quotes can be e-mailed to Kurt.Lovmark@wpafb.af.mil or faxed to 937-257-3926 Attn: Kurt Lovmark. All quotes are due by 3:00 p.m. EDT, JUNE 07, 2007.
 
Place of Performance
Address: AFRL/MLL, 2230 10TH STREET, BLDG 655, R-123, WPAFB OH
Zip Code: 45433-7817
Country: UNITED STATES
 
Record
SN01301318-W 20070525/070523225330 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.