Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2002 FBO #0321
SOLICITATION NOTICE

41 -- COMBINED SYNOPSIS & RFP FOR HVAC FILTERS, CONTINUOUS DELIVERY

Notice Date
10/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403R0006
 
Archive Date
11/6/2002
 
Point of Contact
ED BROWN 619-532-2574 ED BROWN 619-532-2574
 
E-Mail Address
Email your questions to Contract Specialist
(glenn_e_brown@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 ; all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 12 & 15 and the format in 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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-R-0006 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 3564, NAICs #333411 And the business size standard is 500 employees THE FOLLOWING IS A DESCRIPTION OF THE REQUIREMENT: The Fleet and Industrial Supply Center, San Diego, CA is soliciting offers for continuous support and supply of various types and sizes of HVAC filters. Filters will be supplied to the Naval Air Station LEMOORE, CA. The goal of the Naval Air Station is to change out all A/C unit filters on a Quarterly, Bi-Monthly or Monthly basis. Each filter shall be installed in accordance with the Manufacturer's standard. There may be occasions when extra filters are requi red due to weather conditions. Therefore, monthly order quantities may vary. The contractor will be required to establish a filter inventory log for each building, annotating the type of filters for each building, size and frequency of change. The contractor will be solely responsible for the quality and packaging of all filters with timely delivery within 30 days from date of order. The contractor shall deliver filters in separate boxes for each building with the building number clearly identified on each box. Deliveries will be dropped at 3 locations: Building #85, #774 & #760. All deliveries will be complete 100% at drop. Window time for delivery is 9:00 -11:00 AM and 12:30 -2:30 PM. The contractor shall be able to make delivery within 24 hours from time of notification. Contractor shall provide a complete invoice with each order delivered. Several types of filt ers are currently being used at the HVAC facilities to include: 1.) Fiberglass filters, 2.) Fiberglass filters cut to size, 3.) Fiberglass filters with cardboard frames, 4.) Reinforced 40% pleated filters, 5.) 60% High Efficiency filters, 6.) 85% High Efficiency Bag filters, 7.) Paint arrestor filters. For a complete list of currently used filters, please see below QTY Per Year SIZE TYPE 24 14X25X1 SC-40 12 15X20X1 SC-40 24 16X20X1 SC-40 48 16X25X1 SC-40 48 20X20X1 SC-40 78 20X25X1 SC-40 264 24X24X1 SC-40 12 20X21X1 SC-40 24 16X75X1 SC-40 1152 12X24X2 SC-40 4 14X25X2 SC-40 1818 16X20X2 SC-40 32 16X24X2 SC-40 2338 16X25X2 SC-40 582 20X20X2 SC-40 1632 20X24X2 SC-40 2754 20X25X2 SC-40 3944 24X24X2 SC-40 6 10X 25X2 SC-40 8 12X25X2 SC-40 12 15-1/2X33X2 SC-40 24 16X16X2 SC-40 12 18X25-1/2X2 SC-40 12 16X20X4 SC-40 196 18X24X4 SC-40 18 20X25X4 SC-40 366 24X24X4 SC-40 96 16X20X2 1100 216 16X25X2 1100 288 20X20X2 1100 840 20X24X2 1100 48 20X20X4 1100 384 20X24X4 1100 384 24X24X4 1100 2826 10X24X1 DF 1866 10X30X1 DF 9 12X20X1 DF 144 12X24X1 DF 336 12X25X1 DF 12 14X20X1 DF 12 14X30X1 DF 196 16X20X1 DF 258 16X25X1 DF 48 18X18X1 DF 60 18X24X1 DF 2682 20X20X1 DF 424 20X25X1 DF 48 20X30X1 DF 66 24X24X1 DF 24 12X24X2 DF 2988 16X20X2 DF 48 16X24X2 DF 1084 16X25X2 DF 84 18X24X2 DF 2060 20X20X2 DF 304 20X24X2 DF 176 4 20X25X2 DF 156 24X24X2 DF 60 20X30X2 DF 1 18X18X1 DF 1 11X19X1 DF 1 10X19X1 DF 120 14X22X2 DF 12 8X36X1 DF 48 10X36X1 DF ALL ITEMS ARE TO BE DELIVERED TO: Public Works Department Naval Air Station, Code 50120 LEMOORE, CA 93246-5051 Mark for: Manuel Arevalo The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, N otice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Dom estic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Access the FAR and DFAR at http://farsite.hill.af.mil/ The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 (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 PROPOSED ITEM TO MEET THE REQUIREMENT ( ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is approximately equal to Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offer ors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE informati on submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous pr oposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quali ty product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) 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. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at http://farsite.hill.af.mil/ Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 05 Nov 2002 . Offers will be accepted via fax (619-532-1089) or via e-mail (glenn_e_brown@sd.fisc.navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. OFFERORS SHALL PROVIDE AT LEAST THREE REFERENCES ON THE FORM BELOW: PAST PERFORMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-03-R-0006 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five F ederal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contrac t terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. NOTE: OFFEROR'S TO COMPLETE THE ABOVE FORM FOR THREE SEPARATE PRIOR CONTRACTS.
 
Web Link
NECO HOME
(http://neco.navy.mil)
 
Record
SN00189703-W 20021019/021017213541 (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.