Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
MODIFICATION

W -- Air Conditioning Unit, Heater, Generator

Notice Date
9/18/2006
 
Notice Type
Modification
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-P-0826
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Point of Contact
Lorraine Rardin, Contract Specialist, Phone (301) 757-9736, Fax (301) 757-9046,
 
E-Mail Address
lorraine.rardin@navy.mil
 
Description
AMENDMENT AS FOLLOWS: Question1: Do you want the Generator towable unit to have a pintle hitch with a receiver on the rear to tow the Portable A/C & Heater unit behind? This will allow only one vehicle needed to tow the units. Yes we would want a pintle hitch on the rear of the A/C unit. Question 2: There is no mention on hitch configuration; we assume you want a Pintle Hook setup? We would prefer to have a pintle hook setup; this is the most universal setup with our other support equipment and tow vehicles. Question 3: Fuel type for the generator? We would prefer to have diesel fuel, again this the universal fuel type so it would be readily available. Question 4: Flexible Duct size [diameter] and length of duct. We need 8 inch diameter and approximately 160 feet long. We would like to keep the number of sections to a minimum to provide a 100 foot length and two similar length stubs (approximately 30 foot each) off the main 100 foot trunk. A continuous length is not required. Any cost effective solution is acceptable. Question 5: Plug configuration for the Portable AC/Heater. Keep in mind we can configure the plugs the same as the GLC system; we just need to know what you would like. A Generator plug to the A/C & Heater / A Generator plug to the GLC System. So, what plug configuration is on the GLC? We'll need to adapt to the GLC. The air conditioner/heater unit must have plug compatible with the Cooper ARKTITE Series 3R, AR-1042, Model M3, 3 pole, 4 wire, 600 volt, 100 ampere jack currently installed in the hangar. The generator should have two load cords with a cord-mount mate to the air conditioner connector that is functionally equivalent of the ARKTITE AR-1042. Question 6: Regarding the plug above; we need to know the length of cord you will need for each unit. We need a minimum of 85 feet for the air conditioner unit. The generator should have a minimum of 10 feet of cordage, depending on the connection point, to allow the mated connectors to rest on the ground without inducing strain on the generator or posing a trip hazard. Question 7: Do you currently have a unit described in this solicitation on site that you would like to replicate? Unfortunately, no. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-06-P-0826 is issued as a request for quotes (RFQ). The North American Industry Classification Systems (NAICS) code is 532490. The small business size standard is $6.5M. The incorporated document provisions and clauses are those in effect through Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. The Government intends to award a contract to lease and/or buy the following; one (1) 25 +/- 5 ton Air Conditioning unit capable of cooling the cargo bay of the C-130 aircraft; wheel mounted, towable unit; gross cooling capacity (Btuh) 273,000; range of discharge air temperature 45; airflow (ppm) 20 to 100 @ 0 to 3 psig; operating air temperature (F) 0 to +110; altitude sea level; ducts, flexible, 1; air outlets, 2; maximum towable speed (mph), 15; refrigerant, R-22; powered by 440V, 3 Phase, 60Hz, 100 AMP; one (1) 56 Kw heater; and one (1) 125 Kw generator capable of powering both the 25 ton A/C unit and a Ground Liquid Cooling System (GLC); 3 Phase + Ground; L1-L2-L3 Phase Sequence; 57-63 Hz frequency; 440 Volt s, Nominal L-L system voltages; 70 Amperes, Full load amps/Phase. The quote shall include pricing for one year lease, option for a second year lease, option to buy; and option to buy after year one. Initial option to buy equipment based on new manufacture. A firm fixed price contract with option is anticipated. FOB Destination to NAWC-AD E-2C, Hangar 306 E, 47378 Tate Road, Patuxent River, MD 20670. Mark for: Ron Kocka. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict of terms and conditions, the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The quote along with a completed representations and certifications is due by 1400 on 22 Sep 2006. The following FAR/DFAR provisions and clauses apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (JAN 2006) is incorporated by reference. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999); the following evaluation factors will be used to evaluate offers: Technical, Price and Past Performance in a Best Value Continuum. Technical capability will include compliance with unit configuration and specifications. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous lease/sales of the identical item(s); etc. Past Performance and prior sales/lease for similar application. DFARS 252.201-7004 Alt A REQUIRED CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (NOV 2003); lack of registration in CCR database will make an offeror ineligible for award. Please ensure compliance with this regulation when submitting your offer. FAR 52.204-8, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (Jan 2005), requires that each offeror complete the annual representations and certifications electronically via Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov. Please ensure compliance with this regulation when submitting your offer. FAR 52.212-4 CONTRACT TERMS AND CONDITONS ? COMMERCIAL ITEMS (SEP 2005). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCAIL ITEMS (AUG 2006). FAR 52.207-5 OPTION TO PURCHASE EQUIPMENT. All contractors will be required to register post-award for Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at http://wawf.eb.mil ; additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance line 1-800-559-WAWF (9293). All responsible sources may submit a quotation which shall be considered by the agency. Send quotes to FAX number (301)757-9046 to the attention of Lorraine Rardin. Email quotes to email address: lorraine.rardin@navy.mil . Quotes are due by 1400 on 22 Sep 2006. For information regarding this solicitation contact Lorraine Rardin, Code 251435 at (301)757-9736 or via email at lorraine.rardin@navy.mil . END SYNOPSIS/SOLICITATION N00421-06-P-0826. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-06-P-0826/listing.html)
 
Place of Performance
Address: NAWC E-2C Hangar 306 E 47378 Tate Road Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01147751-F 20060920/060918224038 (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.