Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

41 -- 5-ton Environmental Control Units

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-06-Q-A122
 
Response Due
8/16/2006
 
Archive Date
9/30/2007
 
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; proposals are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 333415 with a Small Business Size Standard of 750 employees. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-06-Q-A122, 34 each Alaskan Structures, Inc. 5-ton Environmental Control Units (ECU?s), part number AK-ECU-5T, Brand Name or Equal, with the following salient characteristics: Unit must be able to fit 16 on an 88?X108? pallet; have no solid state electronics; must have the inlet and outlet is on same side; maximum weight must be less than 500 lbs including the ducting, cables, dust covers, and spares; must use non Ozone depleting Refrigerant such as R-134, R407C, or equivalent compliant refrigerant; must be 120/208 volt systems for 50/60 Hz frequency; be a three Phase system with 4 wires plus a ground; maximum dimensions required are not exceed 26? in height, not more that 55? in width, and 42? in depth; should house all support equipment within its own case. Unit must meet or exceed the following specifications: 2200 cfm, with 1? static pressure; operate at 65,500 btu/hr when the ambient temperature is 105 degrees F and 62,000 btu/hr at 125 degrees F. operate in temperatures of -55F to +138F; must use non Ozone depleting Refrigerant such as R-134, R407C, or equivalent compliant refrigerant; power cord must be 25 feet long and have a ?canon plug style? connector for quick release; should not exceed 45 dBM in AC mode; should not have a current draw of more than 40 amps nominal regardless of operating mode; must have a comprehensive operating/technical and inspection manual that facilitates maintaining the unit. This requirement is for new equipment only and quotes offering refurbished equipment will not be considered. Information shall be provided in a format that reflects the price per item and a total price. Delivery is to be made within 45 days after receipt of order on an FOB Destination basis to Travis AFB, CA and McGuire AFB, NJ. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6; Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. FAR 52.211-6; Brand Name or Equal (Aug 1999) and FAR 52.214-21; Descriptive Literature (Apr 2002) apply. The clause at AFFARS 5352.201-9101; Ombudsman applies to this acquisition. The clauses at 52.204-7,Central Contractor Registration and 252.204-7004 Alt 1, Required Central Contractor Registration apply to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS) and the clause at 52.211.14, Notice of Priority Rating for National Defense Use applies to this acquisition. The clause at 52.222-22, Previous Contracts and Compliance Reports applies to this acquisition. The clause at 52.222-25, Affirmative Action Compliance applies to this acquisition. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 16 August 2006. Send all offers to David Limbrick, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to David.Limbrick@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far.
 
Record
SN01107007-W 20060806/060804222616 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.