Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2002 FBO #0199
SOLICITATION NOTICE

41 -- PMC Walk-in Cooler

Notice Date
6/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, LA, 71302
 
ZIP Code
71302
 
Solicitation Number
NRCS-20-LA-02
 
Response Due
7/1/2002
 
Point of Contact
Ralph Broome, Contracting Officer, Phone 318-473-7781, Fax 318-473-7831,
 
E-Mail Address
ralph.broome@la.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NRCS-20-LA-02 and is issued as a request for quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The solicitation is 100% set-aside for small businesses under NAICS Code 421740 (business size 100 employees). The USDA, Natural Resources Conservation Service (NRCS), Louisiana State Office, intends to procure an industrial all-weather walk-in cooler, size 25' x 25' x 4'. Contractor shall provide all labor, equipment, materials, and transportation necessary to furnish and install the cooler. The cooler is to be installed within an existing metal building, on an eight inches high, six inches wide concrete support wall that has an outside to outside dimension of 25'- 4' X 25'- 4' and a 4' - 0" door opening on one side. Installation shall require all required electrical connections, conduit, wiring or other incidentals required to power the cooler. The chamber shall be designed to withstand a wind load of 110 MPH. Stored/cooled product shall be considered to be equal to 156,000 pounds of water. Cooler shall include warranty providing a minimum of one-year parts and labor, five years compressor and fifteen years roof and wall panels. Minimum requirements include: (a) 22 gage 300 series stainless steel interior metal finish, (b) 4 inch thick wall panels with urethane insulation with a minimum R value of R30 at -20.0 degrees F, (c) 26 gage stucco-embossed Galvalume steel exterior metal finish, (d) 35 - 38 degrees F constant operating temperature with +/- 3 degrees tolerance, (e) 100 degrees F ambient around cooler, (f) fitted with one 48 inch wide, hinged door centered on one end of the cooler with length equal to the chamber height plus eight inches, and hinge blades at least 9" in length with latch that allows padlocking and includes a safety release mechanism (hardware finish shall be polished aluminum), (g) roof mounted, air cooled, semi-hermetic condensing unit, (h) interior light, (i) internal structural support, (j) cooler to concrete wall connection shall be designed to withstand 110 MPH wind load (all connection details shall be provided for review). All work to be complete within 45 calendar days of award. Offerors will provide warranty, service and repair information for said equipment. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 01-07. Applicable FAR clauses are incorporated by reference; Prompt Payment 52.249-1 (4/84); Fixed Price 52.243-1 (8-87) ; Small Disadvantaged Business Concern 52.219-1; Notice of price Evaluations preference for HUB Zone Small Business Concern 52.219-4. Instructions to Offerors- Commercial Items 52-212-1(10/00); Evaluation-Commercial items 52.212-2(10/97) Representations and Certifications 52-212-3; Contract terms and conditions - Commercial Items 52.212-4 (4/98). Offerors Representations and Certification 52.212-5 (10/98). Procurement is firm fixed-price 100% small business set a side. All responsible small business sources may submit a quotation for consideration. Award will be made to the lowest priced responsible offeror. Written quotations may be mailed, faxed, hand-carried or emailed to the Contracting Officer listed below (see point of contact section), by C.O.B. June 26, 2002. Referenced FAR Clauses can be accessed at web site http://www.arnet.gov/far. All offers must be signed and should include taxpayer identification number, DUNS number and business size.
 
Place of Performance
Address: USDA-NRCS Plant Materials Center, 438 Airport Rd., Galliano, Louisiana
Zip Code: 70354
Country: USA
 
Record
SN00094458-W 20020619/020617213158 (fbodaily.com)
 
Source
FedBizOpps.gov 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.