Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

41 -- 12 Commercial heating and air conditioning units for field deployable kitchens - Pricing Schedule - Questions and Answers

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-09-T-0021
 
Archive Date
10/10/2009
 
Point of Contact
Stephanie R. Campbell, Phone: 6786555087, Jaclyn J Yates, Phone: 678-655-4958
 
E-Mail Address
stephanie.campbell@dobbins.af.mil, jaclyn.yates@us.af.mil
(stephanie.campbell@dobbins.af.mil, jaclyn.yates@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Pricing Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. Solicitation number FA6703-09-T-0021 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-36. Dobbins Air Reserve Base (ARB,) Georgia requires twelve (12) commercial heating and air conditioning units to replace the current military spec Field Deployable Environmental control Units, model FDECU-5. There is no requirement for the commercial units to meet military deployable specifications. These units will be attached to our field deployable kitchen. Request includes delivery and installation. This acquisition is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 333415 with a small business size standard of 750. Award will be made IAW FAR 13.106-2. The Government will award a Firm Fixed-Price (FFP) contract to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001 - 12 Each, Commercial heating and air conditioning units: DESCRIPTION: 5 Ton cooling capacity (minimum) environment control units (commercial units also referred to as Unitary Cooling or Packard Units). Convertible configuration from Horizontal to Vertical for intake and exhaust. Airflow duct work connections 15" diameter. SEER efficiency 13 or greater. Cooling BTU/hr minimum 55,000. Heating BTU/hr minimum 40,000. Voltage 208-230/60/3. Factory installed 12KW electric heater (minimum). Unit should use standard style air filters. Include digital display programmable thermostat. Standard Industry Warranty. Contract Line Item Number (CLIN) 0002 - One (1) Lump Sum, Installation and set-up: DESCRIPTION: Contractor shall provide all labor, supervision, tools, materials, wiring and electrical connections for military specification 60 AMP plug. Contractor shall install the Commercial heating and air conditioning units. Government will provide twelve (12) 60 AMP plugs and electrical cable. Contract Line Item Number (CLIN) 0003 - One (1) Lump Sum, Shipping: DESCRIPTION: Shipping FAR 52.212-1 Addendum THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS ADDENDUM TO 52.212-1(b) Submission of Offers Insert proposed unit and extended prices in the Pricing Schedule (Attachment 1.) The extended amount must equal the whole dollar unit price multiplied by the number of units. Quotes are to include any discount terms. Questions and Answers pertaining to this acquisition are at Attachment 2. All proposals shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. All interested parties may submit a written proposal to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals may also be submitted electronically to: stephanie.campbell@dobbins.af.mil or jaclyn.yates@dobbins.af.mil or via FAX to (678) 655-3418. Oral proposals will not be accepted. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal. Offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. All proposals must be received NLT 4:00 p.m. EST, 25 September, 2009. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (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 will be used to evaluate offers: Price (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers are to include any discount terms. There is a site visit scheduled for 22 September 2009 at 9:00 a.m. EST. Contact POC listed below for installation access information. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008), applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009), is incorporated into this Request for Proposals and as an addendum, adds the following clause: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Sep 2009) (Deviation) is incorporated in to this RFP and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50 The following Clauses and Provisions also apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.223-17, Affirmative Procurement of EPA-designated items in service and construction contracts (May 2008) FAR 52.237-1, Site Visit (Apr 1984) DFARS 252-225-7000, Buy American Act- Balance of Payments Program Certificate (Jan 2009) DFARS 252-225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) Dobbins Air Reserve Base Wide Area Workflow (Apr 2007) CLAUSES INCORPORATED BY FULL TEXT DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2009) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, Ombudsmen, Ms. Marsha R. Deming, HQ AFRC/A7KA, 255 Richard Ray Blvd, Robins AFB GA 31098-1635, Commercial Phone: 478-327-1607, Commercial FAX 478-327-2210 and e-mail marsha.denning@afrc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Point of Contact: Stephanie Campbell, Contract Specialist, Phone 678-655-5087, Fax 678-655-5612, Email stephanie.campbell@dobbins.af.mil ; alternate point of contact is Jaclyn Yates, Contracting Officer, Phone 678-655-4958, Fax 678-655-5612, Email jaclyn.yates@dobbins.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-09-T-0021/listing.html)
 
Place of Performance
Address: 1084 Readiness Road, BLDG 410, Dobbins ARB, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN01959714-W 20090919/090918000956-4a5abdf32beb98aad9c3a6542e19d338 (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.