SOLICITATION NOTICE
41 -- Environmental Control Units (2.5 Ton) Constant Draw
- Notice Date
- 6/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H9223906T0047
- Response Due
- 6/27/2006
- Archive Date
- 7/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 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 H92239-06-T-0047 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplements (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. This procurement is 100% set aside for small business. All responses from responsible small business sources will be fully considered. The NAICS Code is 333415 and the size standard is 500 employees or less. This acquisition is to be a firm fixed price type contract. The right to make multiple or no award(s) is reserved in the event it is advantageous to the Government . This action is to provide required equipment to US Army Special Operations Command at Fort Bragg, NC as described below. The Government requires four (4) each Environmental Control Units (ECU) Constand Draw for deployed Phoenix TSC-156 Satellite Terminal Shelter Systems. Each ECU will provide environmental control and minimize equipment failure due to extreme weather conditions in Iraq. The ECU must meet the minimum requirements: a. The ECUs must be 2.5 Ton capability only. b. The ECUs must have a wheel kit. c. The ECUs must have a power distribution box and power cables with NATO adapter and pigtail cable for generator hook up. d. The ECUs must have continuous power draw so that a power spike does not occur when the compressor turns on. e. The ECUs must have one each 12-inch diamater air intake and air output duct openings for each ECU. f. The ECUs must be TAN in color. Specifications: a. Operational Temperature Range: ECU must be able to operate in ambient temperatures from -25F to +132F b. Refrigerant type: R-407C c. ECU shall have provisions for fork-lifting from each side d. ECU shall have an aluminum mesh fresh air filter which is easily cleaned or replaced e. ECU cabinet shall contain two 12? Diameter x 36? long insulated ducts (supply & return) for attachment to a shelter. Each duct shall be stored within the ECU during storage or transportation f. A 27ft power cable with a MIL-C-22992, Class L, 60amp connector shall be provided g. Maximum decibel level during A/C mode: 81 dba h. ECU shall include a 6.0 KW resistance heater i. ECU shall include a constant run compressor in the cooling mode to prevent power spikes and generator surging j. An optional remote-control device for controlling the ECU and changing the temperature from inside a shelter can be provided The Government requires delivery to Fort Bragg, NC. Delivery schedule is 30 days after receipt of order (ARO). The manufacturer must provide instruction and familiarization with the items at the using unit location at the time of delivery. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation); paragraph (b) as applicable: 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52,222-41 and 52.247-64. FAR 52.219-6, Notice of Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability, (2) delivery, (3) price, and (4) past performance. Technical acceptability is defined as the contractor's ability to meet, or exceed, the requirement. A best value award will be made to the offeror submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. It is the Government?s expectation that an award will be made not later than 30 June 2006. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (MAJ Phelps) Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 10:00 a.m. EST, June 27, 2006. Fax submissions will be accepted at (910) 432-9345 or (910) 432-2114. DO NOT SEND DUPLICATE SUBMISSIONS. Quotes shall include supporting documents for technical acceptability evaluation: (1) letter signed by an individual authorized to bind the organization, with a schedule (list) of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than June 23, 2006. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Scott Phelps, Contract Specialist at (910) 432-7857, e-mail phelpsc@soc.mil or Barbara Bowles, Contracting Officer at (910) 432-8598, e-mail bowlesb@soc.mil
- Place of Performance
- Address: FORT BRAGG, NORTH CAROLINA
- Zip Code: 28310
- Country: U.S.
- Zip Code: 28310
- Record
- SN01069865-W 20060616/060614222340 (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 |