Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

41 -- HVAC SPLIT UNITS AND ACCESSORIES

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
166 AW/MSC, 2600 Spruance Drive, Corporate Commons, New Castle, DE 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-15-T-0109
 
Response Due
8/7/2015
 
Archive Date
9/26/2015
 
Point of Contact
Amy Kline, 302-323-3475
 
E-Mail Address
166 AW/MSC
(amy.kline@ang.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 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 assigned to this action is W912L5-15-T-0109. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 333415, Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, with a size standard of 750 employees, SIC code 5084, Industrial Machinery and Equipment. Brand name or equal is applicable. Destination pricing required. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-83 and DPN 20150626. POC MSGT Amy Kline, amy.l.kline.mil@mail.mil. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: (equipment only) CLIN 0001QTY: 1 EachBUILDLING 2902 EQUIPMENT (ATTACHED SPREADSHEET) CLIN 0002 QTY: 1 EachBUILDLING AGE EQUIPMENT (ATTACHED SPREADSHEET) CLIN 0003 QTY: 1 Each BUILDLING 2602 SERVER ROOM EQUIPMENT (ATTACHED SPREADSHEET) CLIN 0004 QTY: 1 EachBUILDLING EOD EQUIPMENT (ATTACHED SPREADSHEET) CLIN 0005QTY: 1 EachBUILDLING 2805 EQUIPMENT (ATTACHED SPREADSHEET) SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, Company Name, Address and POC included. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.212-1 Instructions to Offerors -Commercial Items; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.212-3 Offeror Representations and Certifications - Commercial Items ALT I 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7011 Alternative Line Item Structure; 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any federal Law - Fiscal Year 2015 Appropriation (DEVIATION) 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Alt 1 Buy American-Free Trade Agreements - Balance of Payments Program Certificate The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-18 Commercial and Government Entity Code Maintenance; 52.208-9 Contractor Use of Mandatory Sources of Supply; 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.22-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7036 Alt 1 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items Questions or inquires received by telephone will not be addressed. Please submit all questions in writing by email and answers will be provided via a formal amendment to the solicitation. Quotes are to be submitted NLT 7 August 2015 12:00 pm eastern time. POC for the synopsis is Contracting Officer, MSGT Amy Kline. All request for quotes are to be emailed to amy.l.kline.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-15-T-0109/listing.html)
 
Place of Performance
Address: 166 AW/MSC 2600 Spruance Drive, Corporate Commons New Castle DE
Zip Code: 19720-1615
 
Record
SN03813305-W 20150730/150728235755-5f95301691b40538645ef57a0e4e42eb (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.