Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

41 -- Trane Chillers for Multiple Dyess Buildings - RFQ for Trane Chillers - Combo for Trane Chillers - Brand Name Justification for Trane Chillers

Notice Date
9/18/2014
 
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 Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R31B4254A001
 
Archive Date
10/10/2014
 
Point of Contact
Elman O. Repreza, Phone: 3256966043
 
E-Mail Address
elman.repreza@dyess.af.mil
(elman.repreza@dyess.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached is the Brand Name Justification for Trane Chillers. Attached is the Combo for Trane Chillers. Attached is the Request for Quotes for Trane Chillers. This is a combined synopsis and solicitation for the following commercial purchase for Dyess AFB, TX: CLIN 0001: TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 100 TONS, 208 VOLTS, 3PH, 60 Hz for building 5108. CLIN 0002: TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 40 TONS, 460 VOLTS, 3PH, 60 Hz for building 7040. CLIN 0003: TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 26 TONS, 460 VOLTS, 3 PH, 60 Hz for building 11902. The Government reserves the right to fund all, some, or none of the following line items CLIN 0004: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 60 TON, 208 VOLTS, 3 PH, 60 Hz for building 7402. CLIN 0005: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 40 TON, 460 VOLTS, 3 PH, 60 Hz for building 5015 CLIN 0006: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 40 TON, 460 VOLTS, 3 PH, 60 Hz for building 5110. CLIN 0007: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 40 TON, 460 VOLTS, 3 PH, 60 Hz for building 6015. CLIN 0008: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 40 TON, 460 VOLTS, 3 PH, 60 Hz for building 7301. CLIN 0009: (OPTIONAL) TRANE AIR-COOLED SCROLL PACKAGED CHILLER - 30 TON, 208 VOLTS, 3 PH, 60 Hz for building 4111. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 and will be solicited as dictated in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F1R31B4254A001. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price technically acceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a 100% Small business set-aside. North American Industrial Classification Standard 333415, size standard of 750 Employees, applies to this procurement. FOB: Destination for delivery only (no installation) to multiple buildings at Dyess AFB, DYESS AFB, TX 79607-1581. The provisions that apply to this solicitation are as follows: • FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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 address: http://farsite.hill.af.mil (End of Provision) • FAR 52.212-1, Instructions to Offerors-Commercial • FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ) • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-25, Affirmative Action Compliance • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials The clauses that apply to this solicitation are as follows: • FAR 52.252-2, Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil (End of Provision) • FAR 52.212-4, Contract Terms and Conditions-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited) • FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award Evaluation of Options Exercised at Time of Contract Award (Jun 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. (End of Provision) • FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Item Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within no later than 30 September 2014. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) • FAR 52.222-3, Convict Labor • FAR 52.222-19, Child Labor • 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 52.222-50, Combating Trafficking in Persons • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-1, Payments • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.233-1, Disputes • FAR 52.233-3, Protest after Award • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.247-34, F.o.b. Destination • FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) • FAR 52.253-1, Computer Generated Forms • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001, Buy American and Balance of Payments Program • DFARS 252.227-7015, Technical Data-Commercial Items • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.247-7023 Alt II, Transportation of Supplies by Sea • AFFARS 5352.201-9101, OMBUDSMAN • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 22 September 2014. All quotes can be faxed to 325-696-4078 Attn: SrA Elman Repreza Jr or via email to elman.repreza@us.af.mil. For any questions call 325-696-6043. Quotes are required to be received no later than 02:00 PM CST, Thursday, 25 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R31B4254A001/listing.html)
 
Place of Performance
Address: Dyess AFB, Dyess AFb, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03518638-W 20140920/140919000136-b816ac59d7e2b9b2df1aae7f5e90968b (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.