Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

41 -- Walk In Freezer and Trailer

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-T-0086
 
Point of Contact
Denise C. Blevins,, Phone: 719-333-2933, Tina Hamalak,,
 
E-Mail Address
denise.blevins@usafa.af.mil, tina.hamalak@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-08-T-0086, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-22, effective November 23, 2007. The North American Industrial Classification System (NAICS) number is 333415 and the business size standard is 750 personnel. The proposed acquisition is 100% Small Business set aside. All responsible sources may submit a response, which if received timely, will be considered by 10 MSG/LGCB. The Government does not intend to pay for information provided under this synopsis. 0001 Walk In Freezer (10' X 14') 1 each 0002 Trailer for Walk In Freezer 1 each Brand Name Polar King part number l1014 OR EQUAL. Or equal models must be in compliance with the following salient characteristics: Walk in freezer 10'x14', -10 degree, freestanding, portable. Interior area=123 sq ft, interior volume=919 cu ft, 2 hp, refrigerant=R-404A, Seamless fiberglass construction. Standard equipment included: hasp lock (ext door), safety release handle, lockable door latch, self closing hinges, heated door jamb, magnetic gasket, door closer, sweep seal, 208-230/1/60 refrigeration system, low ambient controls, defrost timer, heated relief port (freezers), light switch/pilot light, exterior color light gray, rain cap exterior doors, remote thermometer, interior lighting, crowned roof, heavy duty non skid floor, heated freezer door. Additional equipment: 3" c channel fork lift frame, disconnect with power cord, shelf mount for refrigeration and generator, on an cmm 7000 7.0kw generator dual compartment, metro seal 3 shelving system, 2 hp/single phase refrigeration. 6" roof insulation Trailer for 10'x14' walk in freezer. Made to fit above walk in freezer light gray in color. 19' overall length, 8'5" overall height, 1'7" floor height. 8'2" overall width. Inside dimensions: 5'3" wide, 13'3" long, 6'6" high, area=70 sq ft, volume 452 cu ft. Width 5'11". Spare tire and well 6000 lb axles, retractable step, generator. Delivery Requirement; FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. THE DELIVER DATE REQUIRED IS 15 MAY 08. These products must comply with the Buy American Act (100% manufactured in the USA; and at lease 51% of the cost of materials made, fabricated, purchased must be Made in the USA). The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: 1. Addendum to FAR 52.212-1(c) Period of Acceptance of Offers. The paragraph is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.” 2. Addendum to FAR 52.212-1(e) Multiple Offers is amended as follows: Multiple offers will not be accepted. 3. Addendum to FAR 52.212-1 (h) Multiple Awards is amended as follows: The Government will award a contract on an all or none basis, multiple awards shall not be contemplated. 4. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. 5. Evaluate all quotes that meet the salient characteristics as shown in the bid schedule of this solicitation on a pass or fail basis and met the required delivery date on a pass or fail basis. 6. Evaluate price reasonableness of all proposals who meets the salient characteristics (Passed) and delivery requirement then rank by total evaluated price. 7. The Offeror of an “or equal item” must submit data that adequately demonstrates that its product meets the salient characteristics of the solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Offerors who are providing an “or equal” shall include in their offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered. 8. Addenda to FAR 52.212-1, Proposal Preparation Instructions: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, any discount terms, cage code, DUNS number, size of business, descriptive literature such as illustration, drawings, or a clear reference to information readily available to the Contracting Officer, warranted information and a statement that the provision at FAR 52.212-3 is electronically online at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with bid. In addition, any acknowledgement of solicitation amendments. In accordance with DFARS 252.204-7004, Required Central Contractor Registration (Nov 2003), contractors must be registered with Central Contractor Registration (CCR). This is a requirement to do business with the Department of Defense Air Force. No purchase order can be awarded to any company without this registration: www.bpn.gov/CCRINQ. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, has the ability to meet the required delivery date, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining lowest evaluated price which meets the above listed salient characteristics and required delivery date. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2007) (Deviation) 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Aug 2007) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combat Trafficking in Persons (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.204-7004 Alt A (NOV 2003) Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (Deviation) applies to this acquisition. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) 252.232-7003, Electronic Submission of Payment Request (Mar 2007). USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003) Quotes must be received NLT 10:00 am Mountain Time, 25 April 2008 at the10th MSG/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes and any questions via e-mail to Denise Blevins at (719) 333-2933, denise.blevins@usafa.af.mil, or you may fax the quote to Denise Blevins, Contract Specialist at (719) 333-9103. In her absence, please contact Diana South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Lori Staples 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: lori.staples@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd10c99fd604c6cf37445d8bf8dbb305&tab=core&_cview=1)
 
Place of Performance
Address: 10 MSG/LGCB, 8110 Industrial Drive, US AIr Force Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01553938-W 20080417/080415215414-cd10c99fd604c6cf37445d8bf8dbb305 (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.