Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

41 -- Heaters and Exhaust Fans for Warehouse

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-14-Q-0001
 
Response Due
3/21/2014
 
Archive Date
4/28/2014
 
Point of Contact
Chad Travis, 318-290-5981
 
E-Mail Address
USPFO for Louisiana
(chad.g.travis.mil@mail.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 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 W912NR-14-Q-0001. The solicitation is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64. This solicitation is a Small Business Set Aside and the NAICS code assigned to this acquisition is 238220 and small business size standard is $14 million. The objective of this request is to provide adequate heat and air circulation in two (2) warehouse style metal buildings for the USPFO for Louisiana Central Issue Facility (CIF), Building 483 and 492 Camp Beauregard, Pineville, LA 71360. The buildings are approximately 150' long X 70' wide with 15' V-shaped ceiling and role up doors on either side of the warehouse. These buildings are of metal siding with steel frames and insulated. Each building has both gas and electrical connections. The contractor is to provide all new material, equipment, and labor to procure and install requested equipment. This request is to provide adequate heat in the buildings during the winter months and air circulation during summer months. The recommended heater is a radiant tube heating system as this system is in use in other facilities on post. It is the requirement of the vendor to provide specifications on all equipment quoted. It is the responsibility of the vendor to propose adequate heating equipment to maintain a minimum of 65 degrees Fahrenheit during winter months. Each building must be equipped with a building management system (BMS) and it is the responsibility of the vendor to provide specifications on the BMS proposed. The buildings are currently equipped with a manually operated ridge vent and it is the responsibility of the contractor to provide specifications on the exhaust/circulation fan proposed. There is no set standard on the quote format but must have (at a minimum): CAGE Code, TaxID Number, Company Name, Point of Contact with number, and Solicitation Number. The quote must be submitted with four (4) line items: Line Item 0001: Heaters, Line Item 0002: Installation of Heater, Line Item 0003: Air circulation device (i.e. exhaust fan, circulation fan), and Line Item 0004: Installation of Fan. Provide breakdown of cost per item per building. 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 (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 shall be used to evaluate offers: Technical Specs, Price and Delivery. Technical Specs weighs more than Price and Delivery and Price weighs more than Delivery. FAR 52.202-1Definitions FAR 52.203-3Gratuities FAR 52.203-5 Covenant Against Contingent Fees. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-7Anti-Kickback Procedures FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.211-5 Material Requirements FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1Buy American Act - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-1Payments FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-2 Service of Protest FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.243-1 Changes-Fixed Price FAR 52.244-6 Subcontracts for Commercial Items FAR 52.247-34 FOB Destination DFARS 252.212-7001 (Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil The following provisions and clauses are FULL TEXT and downloaded from site provided in FAR 52.252-2: FAR 52.225-2Buy American Act Certificate DFARS 252.232-7006Wide Area WorkFlow Payment Instructions (Contract will be invoiced through WAWF and instructions will be provided on Contract Document) Effective 29 May 2012, Government systems such as CCR (Central Contractor Registration) and ORCA (On-Line Representations and Certifications) are migrating to the System for Award Management (SAM). Interested offerors must be registered in SAM. To register, go to https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. Contractors must be actively registered in SAM and maintain registration throughout the contract. Quotes may be emailed to chad.g.travis.mil@mail.mil NO LATER THAN 21 March 2014, 10:00 AM, CST. Alternate POC is SSG Crystal Stiles, crystal.l.stiles2.mil@mail.mil or 318-290-5982.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-14-Q-0001/listing.html)
 
Place of Performance
Address: USPFO Central Issue Facility 492 3rd Streer Pineville LA
Zip Code: 71360
 
Record
SN03298979-W 20140301/140227235143-e2456cdf71b778079959cfa1c2b98cf7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.