Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

E -- Walk-In Freezer/Cooler FCC Lompoc, Ca - Spec Drawing For Walk-In Freezer

Notice Date
8/27/2009
 
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 Justice, Bureau of Prisons, FCC Lompoc, Federal Correctional Complex, 3600 Guard Road, Lompoc, California, 93436-2705
 
ZIP Code
93436-2705
 
Solicitation Number
RFQ61711-0014-9
 
Archive Date
2/27/2010
 
Point of Contact
Robert J Barnes, Phone: 805-736-4154, Catherine A. O'Brien, Phone: (805) 736-4154 e 5468
 
E-Mail Address
lox8292@bop.gov, cobrien@bop.gov
(lox8292@bop.gov, cobrien@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Spec Drawing For Walk-In Freezer 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 being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. The Federal Bureau of Prisons, Federal Correctional Complex, Lompoc, California intends to award a firm-fixed price contract to a responsible business entity for the provision of a Walk-In Freezer. Solicitation: RFQ61711-0014-9 General Requirements / Specifications Specifications for Walk-In Freezer / Cooler for FCC Lompoc 1) Freezer / cooler will be 40' wide by 30' deep and 12' high exterior dimensions. Doors and interior walls will be configured as per attached drawing. 2) Electrical power available will be 208 vac; 3 phase, 60 hz, with a neutral. 3) The refrigeration equipment will utilize an HFC based refrigerant. The freezer and cooler will Utilize two separate condensing units. 4) The freezer evaporators will use electric defrost elements. 5) The equipment provided will be of factory prefabricated sectional design. 6) Freezer / cooler will be constructed of standard sized wall and roof panels of tong and groove style perimeters edge. Panel fasting will be accomplished through the means of permanently mounted cam lock fasteners that will be actuated by hex key. 7) Equipment is to be supplied without floor panels. A floor screed will be provided to allow for installation on uneven flooring surfaces. 8) The freezer / cooler will be built with sufficient insolation and refrigeration capacity to maintain a temperature of 35 degrees F. In the cooler and -10 degrees F. In the freezer with an ambient air temperature of 100 degrees F. With an estimated 4 door openings per hour. 9) All wall and ceiling panels will use Non-CFC urethane insolation foam. 10) Interior walls and ceiling shall be finished in.040 stucco embossed Aluminum. 11) Exterior walls and roof panels will be finished in 26 gauge stucco embossed galvanized steel. 12) Insolation will be pored in place at least 2 pounds per cubic foot and be bonded to inner and outer pans 13) The insolation R factor will be no less than 29 in a four inch cross section. 14) One incandescent light will be incorporated at each doorway, interior area lighting will be of 4 foot fluorescent mounted in appropriate fixtures. A light switch is to be located at the entry and exit side of each door. 15) Doors will be 60 inches wide and hinged in accordance with the included drawing. Door latches will be of chrome plate or polished aluminum construction and will incorporate a safety relies latch. Doors or latches will have the ability to be secured with a paddle lock without interfering with the safety relies mechanism. 16 ) Doors shall be gasketed to provide for an air tight seal. The freezer door will have an electrical door or Jamb heater incorporated into its design. 17) A dial thermometer will be located next to each door to allow for viewing of temperature without opening the door. 18) A complete set of installation instructions will be included with the unit. This will include foundation/floor requirements. A print of the walk-in will be included depicting the numbered panels and parts that are supplied. All panel and parts will be numbered in accordance with the supplied drawing. 19) The insulated panels will be warrantied by the manufacture for at least 10 years, The remainder of the parts and refrigeration components will have at least an 1 year warranty from date on instillation. 20) Shipping will be FOB FCC Lompoc, Ca, 93436. Loading dock and forklift services will be provided to shipper. Contract Pricing: Contract pricing shall include all costs to be incurred by the Government for the Walk-In Freezer required by this solicitation (e.g., start-up, shipping, installation, setup...etc). The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms format price standpoint. Quoters are hereby notified that an offer of contract award may be extended to the responsive/responsible quoter submitting a quote that is determined to be the BEST VALUE to the government. CONTRACT CLAUSES 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested (in writing) from the Contracting Officer. 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.232-18 Availability of Funds (APR 1984) The following clause will be incorporated into any resulting contract with applicable fill-in information as noted: Department of Justice Residency Requirement - BOP Clause (June 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (MAR 2007) - (b) 5, 7, 14, 15, 16, 17, 23, 31. OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm-fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately September 4, 2009. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCC Lompoc, located in Lompoc, California SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors ? Commercial Items (SEPT 2006) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications ? Commercial Items (NOV 2006) 52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification (NAICS) code is 333415 and their will be small business set-aside used for this requirement. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov All quotes must be received at the Federal Bureau of Prisons, Federal Correctional Complex, 3901 Klein Blvd, Lompoc, CA 93436 no later than 3:00 pm local time on Thursday September 3, 2009. Offers can be faxed to Robert Barnes, Contract Specialist, at (805) 737-3462. Please Call (805) 736-4154 ext 5469 with any questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/61711/RFQ61711-0014-9/listing.html)
 
Place of Performance
Address: 3901 Klein Blvd, FCC Lompoc, Ca, lompoc, California, 93436, United States
Zip Code: 93436
 
Record
SN01930466-W 20090829/090828083938-4bcde28e4f4fe4e033b558c24415a0c5 (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.