Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

41 -- 3,500 Ton Centrifugal Chiller - Attachment 1 Specifications

Notice Date
9/2/2008
 
Notice Type
Attachment 1 Specifications
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB193000-8-06824
 
Response Due
9/12/2008 3:00:00 PM
 
Archive Date
9/27/2008
 
Point of Contact
Joan M Smith,, Phone: (301)975-6458
 
E-Mail Address
joan.smith@nist.gov
 
Small Business Set-Aside
N/A
 
Description
#1 - THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. #2 - THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. #3 - This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. #4 - The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750 employees. #5 - This requirement is unrestricted and all interested Contractors may submit a quotation. #6 – The National Institute of Standards and Technology (NIST) has a requirement for a 3,500 ton centrifugal chiller; an option for an extended twelve (12) month warranty; and an option for daily and monthly storage costs. #7 - Line Item 0001: Quantity One (1) – A 3,500 ton centrifugal chiller, which shall meet the specifications as identified in Attachment 1, entitled Building 302 Centrifugal Chiller dated August 21, 2008, 16 pages. Pricing shall include all factory testing, system startup, and site testing, as well as delivery of the equipment to the jobsite at the designated location for unloading and installation by NIST. The price shall include a one year warranty including all parts and labor on all equipment provided. Installation of the chiller shall be performed by others. # 8 – Option 1 - Line Item 0002: Quantity One (1) - Extended Warranty which is to begin on the date that the Contract Line Item Number (CLIN) 0001 warranty ends. The extended Warranty shall include all parts and labor on all equipment provided. # 9 – Option 2 - Line Item 0003: Quantity One (1) - Monthly Storage Costs for the Chiller, if required. #9.a Option 3 - Line Item 0004: Quantity One (1) - Daily Storage Costs for the Chiller, if required. #10 – Delivery is due on November 30, 2009 and shall be FOB Destination. FOB Destination means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Contractor shall deliver CLIN 0001 to NIST, Building 302, Plant Building, Gaithersburg, MD 20899. #11 -Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria and listed in descending order of importance: 1) Technical Capability; 2) Past Performance; and 4) Price. An award will be made to the offeror whose quote is determined to be technically acceptable and provides the lowest life cycle cost within the Government’s budget. #12 - Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified in Attachment 1. #13 - Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoter’s recent and relevant procurement history with NIST or its affiliates. Offerors must provide a list of at least three (3) references with whom the same or similar equipment has been provided. #14- Past Performance and Price will not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. #15- Price: Price will be evaluated on the life cycle cost, as calculated via the forms on pages 15 and 16 of Attachment 1, and within the Government’s budget It is anticipated that progress payments will be made as follows: a.Approval of Shop Drawings/Release for Production b.Site Visit/Production Review c.Delivery d.Acceptance #16- The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. #17- The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. #18- Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. #19 – The following clauses apply to this acquisition: 52.204-7 Central Contractor’s Registration (CCR) Database; 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it’s offer); (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.219-9, Small Business Subcontracting Plan; (10) 52.219-16, Liquidated Damages – Subcontracting Plan; (15) 52.219-28, Post Award Small Business Program Rerepresentation; (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (24) 52.222-50 Combating Trafficking in Persons; (26) 52.223-15 Energy Efficiency in Energy-Consuming Products; (30) 52.225-5, Trade Agreements (NOV 2007); (31) 52.225-13 Restriction on Certain Foreign Purchases; (35) 52.232-30, Installment Payments for Commercial Items; (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. 52.217-7, Option for Increased Quantity – Separately Priced Line Item - The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. #20 - This is an Open-Market Combined Synopsis/Solicitation for equipment as defined in Attachment 1. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). #21 –A. INSTRUCTIONS - All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty, and the twelve month extended warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, 6) A description of relevant past experience; and 7) life cycle cost information, as identified on pages 15 and 16 of Attachment 1. The quote shall include the following information: a.Approximate net weight of each unit of assembled equipment. b.Preliminary sketches showing arrangement and overall dimensions of equipment. c.Equipment data sheets of all equipment d.Certified chiller efficiency, output, pressure drops and all pertinent operating data. Certified capacity and efficiency data at 25%, 50%, 75% and 100% of total machine output. B. The total operating efficiency shall be calculated on the forms indicating the condenser and evaporator pressure drops and design flows and calculating the equivalent pump power efficiency (kilowatt per ton of refrigeration). The chiller efficiency rated in kilowatt per ton of refrigeration is the total electrical input to the system including the motor, drive, and auxiliary consumptions. #22 -All quotes shall be received not later than 3:00 PM local time, on September 12, 2008, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joan Smith. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist – joan.smith@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6458. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0969f0a8dae6c1e3d0dacefb41d6592&tab=core&_cview=1)
 
Document(s)
Attachment 1 Specifications
 
File Name: Attachment 1 - Chiller Specifications (Final Specifications.doc)
Link: https://www.fbo.gov//utils/view?id=74eda1c7dd81c1a0f7911ed3a665b191
Bytes: 984.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: National Institute of Standards and Technology, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01657456-W 20080904/080902221727-d0969f0a8dae6c1e3d0dacefb41d6592 (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.