Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

41 -- Liebert C041 Chilled Water System

Notice Date
3/30/2016
 
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 Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-16-M-K0006
 
Archive Date
4/15/2016
 
Point of Contact
Thomas A. Prothro, Phone: 6612777018, Falilou T. Diouck, Phone: 6612778454
 
E-Mail Address
thomas.prothro@us.af.mil, falilou.diouck@us.af.mil
(thomas.prothro@us.af.mil, falilou.diouck@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-16-M-K006 This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-87 and DPN 20160226 (iv) This requirement is NOT set-aside for small businesses. (v) CLIN Nomenclature and QTY CLIN 0001 - Liebert Chilled Water Unit Precision Cooling System, Part Number: CW041UCSA3A320 - QTY 2 each - Period of Performance: 1 May 2016 CLIN 0002 - 5 Horse Power Variable Speed Drive - QTY 2 each - Period of Performance: 1 May 2016 (vi) Description of items to be acquired Chilled Water System Specifications SYSTEM DESCRIPTION Require two (2) each new Liebet1 CW, Model CW04 l UCSA3A320, Precision Cooling System: Nominal 041 kW Chilled Water System, Nominal 142,800 BTU/Hr., Sensible 128,000 at 75°F, 45% RH with a 10°F water temperature rise. Dimensions of the unit shall be approximately 50.50"L x 34.50''W x 74"H. However, there is little to no leeway on the length dimension. Air discharge type shall be of the top flow type. CHILLED WATER SYSTEM SPECIFICATIONS Liebert CW, Model CW041UCSA3A320, Precision Cooling System: • Upflow Orientation with Front Return with Grille • 460/3/60 Voltage with 65,000 amps rms Short Circuit Current Rating • Locking Disconnect Included and Condensate Pump Included • Forward curved centrifugal fan with standard motor and Main Fan Auxiliary Switch • Operating at 5700 CFM and 0 inches ESP at 0 - I 000 feet • I Motors, 5 Hp each motor • Qty of (1) - 3-Way Valve Standard Pressure (150 psig) with insulated chi I led water piping • and No Additional Pi ping Options • Infrared with Auto-Flush Humidification • Electric Reheat • 4" MERV 8 Filters with No Extra Sets of Filters • Standard Color • ZP-7021 - Black Gray Matte Main Color and ZP-7021 - Black Gray Matte Accent Color • 20" Plenum with Front/Rear Grille • Domestic Packaging Option Included Controls, Sensors and Monitoring: • iCOM control with Display • Qty of (1) Service Brackets per Unit - Ships Loose • No low voltage options selected • One IS-UNITY-DP Card included • No Leak Detection Included • Smoke or High Temperature Sensor Not Included • SmartAisle Controls not enabled Additions: • 5hp YSD required for both units GENERAL CONDITIONS FOR INSTALLATION 1. No installation required WARRANTY One year standard warranty (Parts only, No labor) (vii) Period of Performance and Place Delivery of the Liebert Chilled Water Units is to be completed within 60 Days After Received of Order (ARO). The total period of performance is 60 days. FOB Destination. **Please provide the full solicitation number on all packages** Ship Address to: Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 PST 31 March 2016 via electronic mail to Thomas Prothro at thomas.prothro@us.af.mil and Sam Diouck at falilou.diouck@us.af.mil a. Provide Cage code when submitting Bid (ix) 52.212-2 -- Evaluation -- Commercial Items. (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: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items OTHER FAR CLAUSES AND PROVISIONS 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-1 Instructions to Offerors--Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-19 Child Labor--Cooperation With Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-3 Convict Labor (Jun 2003) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-50 Alt I Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) 52.225-3 Alt I Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 (use Oct 15 Deviation) Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (12/1/2015 (use Oct Deviation)) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 5352.201-9101 Ombudsman (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil. NLT 25 March 2016. Offers are due by 1200 PST 29 March 2016 via electronic mail (xvi) For additional information regarding this solicitation contact: Thomas Prothro at thomas.prothro@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-16-M-K0006/listing.html)
 
Place of Performance
Address: 5 S Wolfe Ave, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN04067130-W 20160401/160330234514-7d1ff197f99a3880ee7045582565f3b3 (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.