Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

41 -- Outdoor Walk-In Cooler/Freezer installed at Fort McCoy, Wisconsin

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA07T0120
 
Response Due
9/11/2007
 
Archive Date
11/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION to furnish and install Walk-In Combo Cooler/Freezers with Shelving as provided in the CLINs listed below. Installation will be required at Fort McCoy, WI. This award will be made on all or none basis. This com bined synopsis/solicitation is prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solic itation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under W911SA-07-T-0120. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This action is set aside for small business; the NAICS code and applicable size standard is 333415 and 750 employees. A fixed price contract is anticipated. Prices submitted are to be FOB Destination and shall include contractor unloading, uncrating, and providing necessary mechanicals. CLIN 0001: 2 EA @ ____________=____________ OUTDOOR WALK-IN COOLER/FREEZER COMBO (Leer Limited Partnership Model No. COOLER/FREEZER or equal). Minumum dimensions 9ft8in X 28ft1 0in X 7ft6in height walk in cooler/freezer; Exterior to be 26 gauge stucco galvanized; Interior to be 26 gauge stucco galvanized; ceiling stucco white; Floor to be 16 gauge stainless steel with plywood underlay; Doors to be 36in x 78in with right hand hin ge; Accessories include locking bar; tamperproof hardware; nylon rods; interior ramps; and additional lights; Membrane roof; Cooler refrigerator 1.5 hp minimum; medium temp outdoor; pre-assembled remote 208/240/60/1ph; Medium temp evaporator 115/60/1; Free zer 2.5 hp low tempo outdoor; pre-assembled remote 208/240/60/1ph; Low temp evaporator 208/240/60/1ph; 4 year extended warranty; One (1) to be set up behind Building 50 and One (1) to be set up behind Building 2674. Includes installation of walk-in cooler /freezers: BTU Management to set cooler; pipe reference; assemble shelving and electric final connection; Fort McCoy to supply Concrete Pad and power to that point. CLIN 0002: 2 EA @ ____________=____________ COOLER/FREEZER SHELVING (Leer Limited Partn ership Custom Model No. SHELVING or equal). 1 LOT to equal; (14) post #cspk2472; (24) shelves cs2448vk; (4) shelves cs2454vk; (8) shelves cs2460vk; (3) dunnage drs480; (2) shelving accessories csds24: (2) post cspk2464; (4) shelves cs2436vk; (4) shelves c s2442vk; (2) post cspk1872; (4) shelves cs1872vk; and (1) shelving accessories csds18. Installation includes assembly of shelving. Quote pricing FOB Ft McCoy, WI. The full text of provisions and clauses incorporated herein may be accessed electronicall y at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Repres entations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 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 Faci lities, 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.225-1, Buy American Act  Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regi stration; 52.236-26, Preconstruction conference. DFARS Clause 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program (Nov 2005). In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors business name, complete mailing and remittance addresses, unit and extended price per CLIN, discount terms, technical information displaying features of proposed equal for comparison t o suggested product, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://ocra.bpn.gov in conjunction with required registration in the Central Contractor Re gistration (CCR) database. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http: //www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email, or fax. If you have questions, contact Catherine Gierke, Contract Specialist, catherine.gierke@us.army.mil, fax 608-388-7080. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S. 8th Ave, Fort McCoy, WI 54656-5151, no later than 11 September 2007, 4:00 PM CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01392366-W 20070902/070831221914 (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.