Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

N -- Install Johnson DDC Controls in Bldg 971 - Brand Name Letter - Statement of Work

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3849205A003
 
Archive Date
9/5/2009
 
Point of Contact
Juan J. Rojas, Phone: 707-424-7754, Brenna K Loseke, Phone: 707-424-7766
 
E-Mail Address
juan.rojas@travis.af.mil, brenna.loseke@travis.af.mil
(juan.rojas@travis.af.mil, brenna.loseke@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of work for building 971. Brand Name Justification Letter. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT849205A003; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective date August 11, 2009; Defense DCN 20090729, effective date 29 July 2009; and AFAC 2009-0803 effective date 18 Mar 2009. The North American Industry Classification System (NAICS) code is 238210. The business size standard is $14,000,000.00. The Federal Supply Class (FSC) is N099. The Standard Industrial Classification (SIC) is 1711. Travis AFB intends to award a Brand Name purchase order to install Johnson DDC controls for BLDG 971. Award shall be made in aggregate, all or none. See attached justification letter. Install Johnson DDC Controls for Bldg 971. Connect to Energy Management control System (EMCS) Johnson. Install Johnson UNT141-1 for boiler. Install AHU102 for Air Handlers. Install NCM 350 Master Controller c/w Ethernet Network Interface Card (NIC). Connect all exsisting inputs and outputs to new controllers. Add any if needed. Install N2 buss to all controllers. Provide all wiring and conduit needed to connect all devices. Program address to NCM350 and all controllers. Program all alarm, data, inputs, outputs and command points to Personl Machine Interface (PMI) located at Bldg 877 EMCS control room. Provide any enclosures needed for devices. Provide As Built Drawnings. Offerors must provide written acknowledgement to any and all amendments to this solicitation with their offer. Otherwise offer may not be considered for award. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. 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 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to juan.rojas@travis.af.mil or fax to 707-424-5189 NO LATER THAN 21 August 2009, 12:00 PM, PST. All questions must be in by 19 August 2009. Point of contact is Juan Rojas, A1C, Contract Specialist, telephone 707-424-7754. Alternate POC is SSgt Brenna Loseke, Contracting Officer, telephone 707-424-7766, brenna.loseke@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3849205A003/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01913628-W 20090819/090817235822-773afb5a6ad3b9696947c9e7bc88df9d (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.