Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

41 -- Chellers, installation, and (2 years warranty parts and labor)

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
5330VALDEZ CIRCLE, DUGWAY, UT 84022
 
ZIP Code
84022
 
Solicitation Number
w909NB90434001
 
Response Due
6/18/2009
 
Archive Date
12/15/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is w909NB90434001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $14.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-06-18 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUGWAY, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Meet or Exceed, to the following: LI 001, 5.DETAILED REQUIREMENTS: Deliverables: Product1.Provide Commercial off the Shelf Chiller package system capable ofcooling 2 incubation chambers one at 4 degrees C and the other at 25 degreesC. Can be either: i.two commercial off the shelf (COTS) chiller packages10-15 tons eachwith inlet and outlet connections such as ArctiChill model #PACVPV0100S3 orequivalent piped to a chamber ii.or one 20-25 ton commercial off the shelf chiller package unit pipedin parallel to serve both chambers such as Cold Shot model #ACWC-240-E orequivalent. 2.Each 10 gallon chamber requires 120,000 BTUH or the 20 gallonchamber at 240,000 BTUH3.The COTS chillers will provide appropriate valve controls tomaintain a flow of 10 gallons per minute4.Supply water should be 75 degrees F, return 95 degrees F. with aflow rate of 10 gallons per minute (GPM) at a pressure of 30-50 PSI Service5.Electrical requirements: 460 Volt 3 phase 6.Installation of the chillers to the chambers7.Installation of the chambers to the power in building 20268.Hardware, piping, and valves required to install the chambers to thechiller system.9.Hardware wiring and electrical equipment and materials to installthe chambers and chillers to power 10.Training on operating the chillers11.At least a two year warranty for parts and labor, 1, EA; For this solicitation, US ACA Dugway Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to riyadh.saud@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO). New equipment ONLY, NO re manufactured products No partial shipments unless otherwise specified Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. NORMAL WORK HOURS U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (b) 3rd Monday in January (c) 3rd Monday in February(d) Last Monday in May(e) July 4th (f) 1st Monday in September(g) 2nd Monday in October(h) November 11th (i) 4th Thursday in November(j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. CLAUSES INCORPORATED BY REFERENCE The following FAR clauses are incorporated by reference; FAR/DFARS 52.204-7, Central Contractor Registration; DFARS 252.232-7010 Levies on Contract Payments, FAR 52.247-34. DFARS 252.204-7004 Alt A, Central Contractor Registration. DFAR CLAUSES FAR CLAUSES The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-39; and FAR 52.232-33. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003; DFARS 252.243-7023, ALT III. FAR CLAUSES The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-39; and FAR 52.232-33. The chillers will be mounted outside building 2026 on a concrete pad.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ19/w909NB90434001/listing.html)
 
Place of Performance
Address: DUGWAY, UT 84022
Zip Code: 84022-5000
 
Record
SN01928037-W 20090828/090827001635-c64e3d16548c0d550b76eb036863235a (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.