Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

41 -- ENVIRONMENTAL CONTROL UNITS

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG07R0034
 
Response Due
9/18/2007
 
Archive Date
11/17/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a COMBINED SYNOPSIS/SOLICITATION to furnish, set up, and start up 90 Environmental Control Units, and to provide operation and preventive maintenance instructions to Government personnel as described in the CLINs listed below. Delivery is required to be mad e to McGregor Range, NM. This award will be made on all or none basis. This solicitation is issued as a request for proposal (RFP) under W911SG-07-R-0034. This request for proposal and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This action is unrestricted. The NAICS code and applicable size standard is 333415 and 750 employees. A fixed price contract is anticipated. Prices submitted are to be FOB Destination (McGregor Range, NM) and shall include co ntractor uncrating and providing necessary mechanical connections, installing and starting up the units. CLIN 0001: 90 EA @ ____________=____________ Environmental Control Units; portable 8-ton, 3-phased; at least 96000 BTUs of cooling at 115 degrees Fahre nheit; fully charged with R22 refrigerant; base of the units shall be forklift capable and crane-lift capable, i.e., forklift pockets; at least two-inch disposable filters; Trane compressor, or equal; factory-wired with required controls and power wiring t o military style connectors; external circuit breaker to be used as a disconnect device; 240 volt electromechanical control circuit shall include transformer and contactor pressure lugs for power wiring; single point power entry; electric heaters shall be constructed for 240 volt connection; heaters shall meet all NEC and CEC requirement; power assemblies shall provide single point connections; electric heat modules shall be CSA certified and/or UL listed; recessed access handles where needed; sloped drain pans for drainage; remote thermostat and cable connections up to 50 to 75 feet; standard commercial warranty. Forty (40) units are required to be installed by 20 October 2007. The balance of 50 units are required to be installed by 15 November 2007. Provi de commercial literature that demonstrates the ability to meet the Governments technical requirements. CLIN 0002: 2 EA @ ____________=____________ Services: Set up; start up; operation and preventive maintenance instructions. The Contractor shall uncrate/ unpack the units and transport them to their intended set-up location. The contractor shall set-up the units, including making all connections, and perform the initial start-up process. The contractor shall provide operation and preventive maintenance inst ructions to on-site Government personnel. The pricing for this line item shall be detailed to include general price components for travel, car rental, Per Diem (reference the Joint Travel Regulation at https://secureapp2.hqda.pentagon.mil/perdiem/ ); and hourly rate (including overhead and profit) for the field service engineer. Award shall be made to the company offering the best value to the Government. Delivery and installation, technical capabilities of the unit, warranty, past performance of the ven dor, and price will be considered. Delivery and installation of the units is more important than price, but together (i.e., delivery and installation and price) are significantly more important than technical capabilites, warranty, and past performance. Th e full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/ , http://www.arnet.gov/far . The provisions at FAR 52.212-1 Instructions to Offerors-Commercial (no addenda), and F AR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercia l Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.225-1, Buy American Act Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.23 2-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS Clause 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transporta tion of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program (Nov 2005). PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practice (i.e., quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors business name, complete mailing and remittance addresses, unit and extended price per CLIN, discount terms, technical information displaying features of proposed i tem for comparison, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://ocra.bpn.gov in conjunction with required registration in the Central Contractor Regi stration (CCR) database. In accordance with FAR 52.212-1(k), prospective awardee must be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Offic er (NOT LATER THAN due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at h ttp: //www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. PROPOSALS MAY BE SUBMITTED by mail, E-mail, or fax. If you have quest ions, contact Maria Briseno, Contract Specialist, maria.briseno@us.army.mil, fax 915-568-9900. Telephonic requests for information are discouraged. Quotes must be received at ACA Fort Bliss, Directorate of Contracting, Bldg 2021 Club Road, Fort Bliss, TX 7 9916-6812, no later than 18 September 2007, 2:00 PM Mountain Daylight Time.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01402665-W 20070913/070911221656 (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.