Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

41 -- Modular Cold Room at -20°C - RFQ

Notice Date
9/15/2016
 
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 Army, U.S. Army Corps of Engineers, USACE CERL, Champaign, 2902 Farber Drive, P O BOX 9005, CHAMPAIGN, Illinois, 61826-9005, United States
 
ZIP Code
61826-9005
 
Solicitation Number
W913E5-16-T-0028
 
Archive Date
10/6/2016
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote - W913E5-16-T-0028 This combined synopsis/solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, 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. The solicitation number W913E5-16-T-0028 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 333415, which has a size standard of 1,250 employees. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement to purchase one (1) modular cold room which shall include all materials, servicing, calibration and training. The modular cold rooms shall have the following salient specifications: a) Nominal size of 11x13 ft with top mount evaporator b) Flooring to reach 1200 lb/ft^2 load bearing capacity c) Insulation in modular panels shall be not less than 4" thick, polyurethane d) Two doors: one 30" on short side, one 48" on long side of room, complete with kick plates, view windows and ramps and strip curtains e) Door latch should have easy breakaway exit capability f) Must include LED ceiling lighting g) Two (2) ports for electronics cables: one (1) 3" and one (1) 1" h) Full installation, materials, service, calibration, training from one factory source - no outside or third parties required i) Freezer shall be complete in all respects, requiring only final connections to chilled water, electrical, and drain j) Freezer will incorporate (6) foamed in outlets to support multiple electrical connections k) Modular freezer room shall reach -20 degree C and be programmable in 1 degree C internals, with +/-5 degree C l) Freezer shall incorporate monitoring system, including regular interval temperature readings that download to a support pc m) Alarm system shall be adjustable silence duration audible, non-defeatable and capable of sending alerts via remote notification (e.g., phone, computer, etc.) Please reference the attached RFQ for the Product Description (PD), as well as all applicable provisions and clauses. The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA), responsible quote. The following factors shall be used to evaluate offers: technical capability to meet the Government's required specifications; and price. Delivery shall be FOB Destination to ERDC CRREL in Hanover, NH. Please provide responses to this notice, no later than 21 September 2016, 12PM, Central Standard Time (CST) to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W913E5-16-T-0028/listing.html)
 
Place of Performance
Address: 72 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04273360-W 20160917/160915235628-c01a34412785c07396fc6f5bfb00c03a (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.