Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
MODIFICATION

41 -- ENVIRONMENTAL CONTROL UNIT AND DUAL CONTROLLER

Notice Date
4/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
fa4452-10-Q-A031
 
Archive Date
5/31/2011
 
Point of Contact
Leonard L Johnson, Phone: 6182569984, Kristy J Daugherty, Phone: 618.256.9959
 
E-Mail Address
leonard.johnson-02@scott.af.mil, kristy.daugherty@scott.af.mil
(leonard.johnson-02@scott.af.mil, kristy.daugherty@scott.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 333415 with a Small Business Size Standard of 750 employees. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-10-Q-A031, for (1) Dual Controller (DC) and one (1) Environmental Control Unit (ECU). The Dual Controller must contain three selector switches, two thermostats, and an indicator light. The Environmental Control Unit must contain 36k BTU cool, 6K watts heat, refrigerant R-134a, unit weight not to exceed 310 Ibs, and a rated supply voltage of 208-230/3/50/60 Hz. The ECU must fit thru a 20" by 27" opening and mount with a mounting tabs to the Hard-sided Expandable Light-Weight Air Mobile Shelter (HELAMS). The tabs must have holes every 2", five on the sides and six on the top and bottom for a total of 22. Furthermore, the DC and ECU cannot be used, refurbished, rebuilt, or remanufactured. The unit must be shipped within 2-4 weeks after receipt of order on an FOB Destination basis to Mobile C2 ECU Course Director at Joint Base McGuire-DIX-Lakehurst, NJ. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 2005-40. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6; Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.233-4, Applicable Law for Breach of Contract Claim; 52.233-3, Protest After Award; 52.252-2, Clauses Incorporated by Reference; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 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 acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. FAR 52.211-6; Brand Name or Equal (Aug 1999) and FAR 52.214-21; Descriptive Literature (Apr 2002) apply. The clause at AFFARS 5352.201-9101; Ombudsman applies to this acquisition. The clauses at 52.204-7,Central Contractor Registration and 252.204-7004 Alt 1, Required Central Contractor Registration apply to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS) and the clause at 52.211.14, Notice of Priority Rating for National Defense Use applies to this acquisition. The clause at 52.222-22, Previous Contracts and Compliance Reports applies to this acquisition. The clause at 52.222-25, Affirmative Action Compliance applies to this acquisition. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 4:00 p.m., Central Standard Time (CST), May 5th 2010. Send all offers to Leonard Johnson, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to Leonard.Johnson-02@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/fa4452-10-Q-A031/listing.html)
 
Place of Performance
Address: Joint Base, McGuire-DIX-LAKEHURST, NJ 08641, McGuire-DIX-LAKEHURST, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02126635-W 20100422/100420234820-2f21c64821ed562e4eb1bc548340e782 (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.