Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

Y -- AC Units - Honduras

Notice Date
2/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
19AQMM18N0029
 
Point of Contact
Joonpil Hwang, Phone: 571-345-0583, ,
 
E-Mail Address
hwangj2@state.gov, IP_Contracting_Team@state.gov
(hwangj2@state.gov, IP_Contracting_Team@state.gov)
 
Small Business Set-Aside
N/A
 
Description
AC Unit - Honduras This is a sources sought notice for information only. This sources sought is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The US Department of State's Office of the International Narcotics and Law Enforcement Section (INL-H) of the US Embassy Tegucigalpa, Honduras, is seeking potential sources capable of a construction project as follows: The Contractor shall provide and install the air-conditioning and ventilation systems. For this purpose the contractor shall also include the electric connections for the installation, the ducts and the supporting system for the equipment. Any damage produced to the existing facilities during the mounting of the system shall be repaired by the contractor and shall leave it as it was before the installation of the equipment. The Contractor shall provide one (1) year maintenance of all the air-conditioning and ventilation system, for this purpose the Contractor shall perform four (4) technical inspections. During the one (1) year of maintenance, the Contractor shall repair any damage in the system as part of the guaranty without any additional cost for the government. In order to connect all the equipment of the air conditioning and ventilation system the Contractor shall develop the following preliminary works: 1. Removal of the existing ceilings in the areas needed to connect the ducts, pipe and equipment. 2. Fix any damage produced in the existing facilities due to the installation of the equipment. 3. Provide and install all the structural support for all the equipment according to the manufacturer recommendations and other future provided standards. 4. Electrical connections that include the main boards and protections breakers. 5. The equipment to be provided shall be for an accredited dealer that can provide accessories and spare parts, installation and maintenance in Honduras. The equipment shall be from Unite States precedence with the same or superior features to the ones appointed in this specification. The equipment to be provided and installed are: The AC system to be installed in the classrooms, library, offices and dormitories are high efficiency, variable refrigerant flow system (VRF) full inverter R-410A: Indoor unit single phase voltage 208/230 V - 1 phase - 60 Hz External unit 208/230 V three phase voltage - 3 phases - 60 Hz These considered units shall be the following or other equipment with the same or better characteristics: 1. EVA. VRF CASSETTE - 1 WAY - EVA 282.8KW 208/230 / 1PH, 1VIAS, 60 Hz, 1 HP, AIR VOLUMEN 450m³/h, SOUND PRESSURE 31dB, HEATING POWER INPUT: 35W, HEATING CURRENT INPUT: 0.2A, NET WEIGHT 22kg, DIMENSIONS: W:700mm, D:615mm, H:200mm 2. EVAP VRF CASSETTE 3.6KW 208/230 / 1PH, 1 VIAS, 60 Hz, 1.5 HP, AIR VOLUMEN 550m³/h, SOUND PRESSURE 32dB, HEATING POWER INPUT: 43W, HEATING CURRENT INPUT: 0.2A, NET WEIGHT 22kg, DIMENSIONS: W:700mm, D:615mm, H:200mm 3. EVAP VRF CASSETTE 4.5KW 208/230 / 1PH, 1 VIAS, 60 Hz, 2 HP, AIR VOLUMEN 700m³/h, SOUND PRESSURE 33dB, HEATING POWER INPUT: 52W, HEATING CURRENT INPUT: 0.3A, NET WEIGHT 27kg, DIMENSIONS: W:900mm, D:615mm, H:200mm 4. EVAP VRF CASSETTE 7.1KW 208/230 / 1PH, 4VIAS, 60 Hz, 3 HP, AIR VOLUMEN 1180m³/h, NOISE 37dB, COOLING POWER INPUT: 68W, COOLING CURRENT INPUT: 0.3A, NET WEIGHT 37kg, MAIN BODY DIMENSIONS: W:840mm, D:840mm, H:240mm 5. EVAP VRF CASSETTE 9KW 208/230 / 1PH, 4VIAS, 60 Hz, 4 HP, AIR VOLUMEN 1500m³/h, NOISE 40dB, COOLING POWER INPUT: 98W, COOLING CURRENT INPUT: 0.4A, NET WEIGHT 42kg, MAIN BODY DIMENSIONS: W:840mm, D:840mm, H:320mm 6. EVAP VRF CASSETTE 11.2KW 208/230 / 1PH, 4 VIAS, 60 Hz, 4 HP, AIR VOLUMEN 1700m³/h, NOISE 41dB, COOLING POWER INPUT: 110W, COOLING CURRENT INPUT: 0.5A, NET WEIGHT 42kg, MAIN BODY DIMENSIONS: W:840mm, D:840mm, H:320mm 7. AND EVAP VRF CASSETTE 14KW 208/230 / 1PH, 4 VIAS, 60 Hz, 5 HP, AIR VOLUMEN 1860m³/h, NOISE 43dB, COOLING POWER INPUT: 110W, COOLING CURRENT INPUT: 0.5A, NET WEIGHT 42kg, MAIN BODY DIMENSIONS: W:840mm, D:840mm, H:320mm 8. EVAP VRF CASSETTE 16KW / 16KW 208/230 / 1PH, 4 VIAS, 60 Hz, 5 HP, AIR VOLUMEN 2100m³/h, NOISE 47dB, COOLING POWER INPUT: 135W, COOLING CURRENT INPUT: 0.6A, NET WEIGHT 52.5kg, MAIN BODY DIMENSIONS: W:910mm, D:910mm, H:293mm 9. AND COND. VRF MODULAR 45KW 208/230/3, 60 Hz, AIR VOLUMEN 14000m³/h, NOISE 63dB, MAXIMUM POWER INPUT: 18.6KW, MAXIMUM CURRENT: 60.74A, COMPRESSOR TYPE: INVERTER SCROLL TYPE (2 UNIT), GROSS WEIGHT 375kg, DIMENSIONS: W:930mm, D:765mm, H:1605mm This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on FEDBIZOPPS. RESPONSES DUE For the purposes of this acquisition the applicable NAICS code is 333415. Responses are requested no later than 16 February 2018 at 12:00 PM EST. Direct expression of interest as well as required documentation should be submitted in writing, via email, to IP_Contracting_Team@state.gov and Joonpil Hwang at hwangj2@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. The Government will not answer technical questions or provide additional technical information at this time via this sources sought notice. Responses to this RFI shall include the following: 1. A cover sheet which includes: a. Company Name b. Address c. Point of Contact d. E-mail Address e. Phone Number f. DUNS Number g. Primary Business and Market Areas f. Business Size and Socioeconomic Status (if applicable) 2. Relevant Construction Project Experience (two (2) page limit): a. The potential offerors need to demonstrate that they posses, within the last five (5) years, AC Units purchase, install and maintenance experience similar to that described in this specified source sought category in Honduras. Offerors must verify experience commensurate with the installation of AC Units in environments and working conditions comparable to that of Honduras (i.e., insurgency presence, seismic activity, lack of appropriate sanitation services, lack of electricity, etc.). b. Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. c. Potential offerors need to possess Honduras licenses to operate legally throughout the territory. Submit copies of such licenses. d. The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues; e. Experience in importation of materials, equipment, manpower, and any other necessary resources required for the completion of design-build projects; 3. Capabilities of Successfully Completing constructions: a. Ability to provide all required installation and maintenance services, manpower, and materials to purchase, install and maintain AC units and their accessories. b. Ability to provide and deliver required materials and equipment to projects located in Honduras; c. Capabilities to import all required material and equipment through either sea or air transportation to Honduras; d. Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission. e. Ability that, should sub-contractors figure into an offeror's plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors. PERIOD OF PERFORMANCE 1. Delivery of AC Units and accessories: 60 calendar days after receipt of award. 2. Installation of AC Units and their accessories: 30 calendar days after delivery of equipment and materials. 3. Maintenance: 365 calendar days after completion of installation completed + installation inspection and acceptance completed. This Source Sought Notice's Response Due date has been extended to provide additional time to encourage small business company to aware and participate this requirement. The revised response due date is February 16, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0029/listing.html)
 
Place of Performance
Address: Comayagua, Honduras
 
Record
SN04820535-W 20180214/180212231853-b265629c788c308887628b97d8e48a2f (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.