SOLICITATION NOTICE
J -- Centrifugal Chiller - RFQ
- Notice Date
- 5/19/2009
- 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, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E39069A001
- Archive Date
- 6/17/2009
- Point of Contact
- Brandi L Shellhammer, Phone: 8439635165
- E-Mail Address
-
brandi.shellhammer@charleston.af.mil
(brandi.shellhammer@charleston.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Sheet COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E39069A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 Effective 20 April 2009 & Fac 2005-32 Effective 31 March 2009. (iv) This acquisition is unrestricted. The associated NAICS code is 333415 with a 750 employee size standard. (v) Contractors shall submit a lump sum quote on the attached RFQ Sheet. Line Item 0001, QTY 1 EA, Perform tube brush cleaning and EDDY current test on evaportator and condensor sides on two Trane centrifugal chillers. Line Item 0002, QTY 1 EA, Dissasemble inspect repair/ rebuild Trane centrifugal chiller #1 compressor and oil lubrication system. Line Item 0003, QTY 1 EA, Provide 2 year service agreement and warranty on two Trane centrifugal chillers to include 3 operational monthly inspections and 1 annual inspection per chiller. Brand name or equal items will be considered. A site visit will be conducted on Tuesday 26 May 2009 at 0930 AM. All contractors shall meet at the Dorchester Road Vistor Gate, Charleston AFB by 0915 AM. (Note: site visit is not mandatory but recommended; IAW 5.207(6)(xv), Contact, SSgt Brandi Shellhammer at 843-963-5165 NLT 24 May 2009 with the names of all who plan to attend. Please no more than 2 representatives per company. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation, which shall be considered. (vi) F1M3E39069A001 Rebuild Centrifugal Chiller on Charleston Air Force Base, South Carolina. (See attached statement of work), Brand Name or Equal. (vii) FOB Destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-28, Post Award Small Business Representation • FAR 52.217-8, Option to Extend Services • FAR 52.217-9, Option to Extend the term of the Contract • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev.-7) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.225-7014 and 252.225-7015 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Prioroties and Allocation System (if applicable) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 2 June 2009 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E39069A001 (xvi) Address questions to Brandi Shellhammer,Contract Specialist, at (843) 963-5165, fax (843) 963-5183, email Brandi.shellhammer@charleston.af.mil or Jackie Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E39069A001/listing.html)
- Place of Performance
- Address: Charleston AFB SC, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN01822080-W 20090521/090520000956-2423ad52eb1c824bca3338c4b8a5372a (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 |