Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

41 -- 40 Ton Chiller Unit

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F3CE7241AU04
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CE7241AU04 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 and through Department of Defense Acquisition Regulation Change Notice 20070913. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423730; Small Business Size Standard: 500 (v) CLIN (0001) 40 Ton Chiller Unit Installed, Remove and dispose old Chiller unit: See Statement of Work below: Statement of Work Installation of new DX condensing unit at facility 3020 09/10/2007 This project retrofits an existing DX condensing unit located at facility 3020 by removing the old unit and installing a new one. The general scope of work is to install, commission controls, test, and turn over maintenance documentation to 366 CES/CEOE. All work will be accomplished in accordance with current UMC, UPC, NEC & all other codes as adopted by Mountain Home Air Force Base. Contractor will dispose of the condensing unit and salvage if applicable. Contractor will furnish new high pressure and low pressure lines to evaporator unit. Basis of specification is Trane, as shown on attached cut sheets. Required specifications for the 40 ton DX unit are as follows: Scroll Compressors with the following features: Nominal Tons EER/IPLV (1) Net Capacity (MBh) at ARI (1) Unload Steps Percent Approximate Dimensions H X W X L Approximate Operating Weight Aluminum/ Copper Coil 40 11.5/16.4 507 100/75/50/25 80 90 90 2800/3100 The unit frame of the condensing unit shall be constructed of 14 gauge galvanized steel. Louvered panels with surface which is phosphatized and finished a gray air-dry paint. finish which exceeds 500 consecutive hour salt spray resistance in accordance with ASTM B177. System Control Options: Unit shall have capabilities of open protocol type DDC and allow for environmental conditions, setback temperatures, run times, and maintenance parameters to be monitored and established remotely via MHAFB MetaSys. (vi) FOB-Destination for delivery to: Bldg 3020 Ceder Street, Mountain Home AFB, Id 83648. Delivery NLT 16 Nov 07. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.232-36 ; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes 1 (xvi) Quotes must be emailed to todd.novinger@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 24 Sep 07.
 
Place of Performance
Address: BLDG 3020, MOUNTAIN HOME AFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01407179-W 20070916/070915193939 (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.