SOLICITATION NOTICE
41 -- HVAC
- Notice Date
- 4/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423730
— Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, 149 FW, 1493 Billy Mitchell Blvd, Lackland AFB, Texas, 78236-0123
- ZIP Code
- 78236-0123
- Solicitation Number
- F9J3RP8059A002
- Point of Contact
- Michael R. Beltran,, , Robert Pena,, Phone: 210-925-7127
- E-Mail Address
-
michael.beltran@txkell.ang.af.mil, roberto.pena@txkell.ang.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. This requirement will be issued as a Request for Quotations (RFQ), reference number F9J3RP8059A002. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23and through Department of Defense Acquisition Regulation Change Notice 20080124. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423730; Small Business Size Standard: 100 employees. The Contractor shall provide the following: Contractor will remove existing A/C Chiller, Manufacturer: Bohn, Model# ACWC35S and install a new A/C Chiller. Specifications for new A/C Chiller will consist of: 35-TON energy efficient ASHRAE 90 compliant packaged chiller using Puron R-410-A or equivalent, 208/23 v, rotary scroll compressor, low noise aero acoustic fan, microprocessor, integrated hydraulic pump, hail guards, navigator display. Vendor will re-connect all systems to provide a complete working system. Vendor will install per manufacturer's instructions to ensure efficient operation and maintain temperature in accordance with manufacturer's instructions or specifications. Vendor will remove all equipment/material not needed from Lackland Air Force Base as part of this project. All oils and used refrigerant will be disposed of in accordance to EPA regulations. All hoisting and rigging will be provided by Vendor. Vendor shall provide a 2 years extended warranty for parts and labor on the new chiller and 5 years extended warranty on the chiller compressor. FOB-Destination for delivery to: Bldg 930, 110 Hensley St, Suite 1, Lackland AFB, TX 78236. Delivery NLT 30 days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 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 Item; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-36 ; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Required Central Contractor Registrations; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea. Offers shall include with their quotes a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items at website http://orca.bpn.gov/; if Representations and Certifications have been completed, provide DUNS code. Quotes must be emailed to Michael.beltran@txkell.ang.af.mil, and Robert.pena@txkell.ang.af.mil or faxed to 210-925-6104.. Quotes are required to be received no later than 16:30 CT, 30 April 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=242ce17f05d7a770dd649d72913f9492&tab=core&_cview=1)
- Place of Performance
- Address: 110 Hensley St. Suite 1/ Bldg 930, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN01557428-W 20080420/080418220756-242ce17f05d7a770dd649d72913f9492 (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 |